Z--MN-WINDOM WMD-MAINT SHOP ROOF REPAIR
ID: 140FC225Q0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 7:00 PM UTC
Description

The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the repair of the Maintenance Shop roof at the Windom Wetland Management District in Minnesota. The project involves inspecting and repairing wind-damaged sections of the 5,300-square-foot Butler steel roof, which includes the replacement of approximately three steel panels and associated structural components, ensuring color matching with existing materials. This procurement is crucial for maintaining the integrity and functionality of the facility, which supports wildlife management efforts. Interested contractors must submit their quotes by April 4, 2025, following a site visit on March 26, 2025, with the contract performance period set from April 28, 2025, to September 30, 2025, and an estimated budget between $25,000 and $100,000. For inquiries, contact William Koski at william_koski@fws.gov.

Point(s) of Contact
Koski, William
william_koski@fws.gov
Files
Title
Posted
Mar 28, 2025, 5:05 PM UTC
Mar 28, 2025, 5:05 PM UTC
This document addresses inquiries related to a federal Request for Proposal (RFP) concerning roof repairs for a building constructed in 2007. Key points include that there is no incumbent contractor and the value of previous contracts is undetermined. Payment for the project will be processed upon completion via IPP.gov. The agency specifically seeks bids for repairs only, rejecting proposals for full roof replacements. It is permissible to upload images related to the solicitation, but drone inspections are prohibited. Initial estimates suggest that three metal panels will need replacement, although additional damages may be discovered upon further inspection. Permitting is not required for the work in Windom, as prior roof renovations did not necessitate a permit. Overall, the document serves to clarify essential details for potential bidders in the context of a government RFP process.
Mar 28, 2025, 5:05 PM UTC
This document is an amendment to the solicitation number 140FC225Q0013, detailing terms for modifying contracts or orders issued by the federal government, specifically the FWS Construction A/E Team. The amendment outlines the requirements for acknowledging receipt, specifying that offers must be received by the designated time to avoid rejection. The period of performance for the awarded contract is set from April 28, 2025, to September 30, 2025. Contractors are informed of their obligation to recognize the amendment in their submissions, which can be done through included copies, letters, or electronic communication referencing the solicitation and amendment numbers. The amendment does not alter the fundamental terms of the original solicitation beyond those explicitly stated, ensuring continuity and clarity in the contracting process. Overall, this amendment seeks to streamline the contracting procedure, emphasizing adherence to submission protocols and maintaining compliance with federal contracting regulations.
Mar 28, 2025, 5:05 PM UTC
The document is an amendment to a solicitation identified by code 140FC225Q0013, issued by the Federal Government. It outlines the necessary procedures for contractors to acknowledge receipt of this amendment, which modifies existing offers for a contract. Contractors must acknowledge receipt by including a specific reference to the amendment in their submissions before the deadline stated. The amendment details changes to solicitation terms, includes accounting and appropriation data, and specifies the contract’s period of performance, from April 28, 2025, to September 30, 2025. The document also indicates the requirement for the contractor's signature and emphasizes that except for modifications outlined in this amendment, all other contract terms remain unchanged. The purpose of this documentation is to ensure clarity and compliance within the solicitation process, reinforcing the importance of timely communication and acknowledgment in government contracting.
Mar 28, 2025, 5:05 PM UTC
The document is a solicitation for bids regarding the repair of a damaged steel roof at the 5,300-square-foot Maintenance Shop located at the Windom Wetland Management District (WMD). Issued by the FWS Construction A/E Team, it calls for contractors to inspect, quote, and repair the roof, which has sustained wind damage resulting in damaged panels and structural components. Contractors must provide a detailed evaluation of visible and hidden structural damages upon removal of the existing roof materials, and perform the required installations using Butler brand materials or an approved equivalent. The submission deadline for bids is April 4, 2025, with a site visit scheduled for March 26, 2025. The contract's performance period spans from April 28, 2025, to September 30, 2025, with an estimated budget between $25,000 and $100,000. The document emphasizes that contractors must comply with all relevant provisions outlined in the solicitation, and it includes instructions for submitting bids and contact information for concerns or inquiries. This solicitation illustrates the federal government's process of securing construction and repair services through a formal bidding mechanism, ensuring compliance and quality in public works projects.
Mar 28, 2025, 5:05 PM UTC
The document outlines the Statement of Work for repairing wind damage to the 5,300-square-foot Maintenance Shop roof at the Windom Wetland Management District. The current Butler steel roof requires the removal and replacement of approximately three steel panels and associated structures due to damage from severe winds. The contractor is responsible for inspecting the roof, providing a detailed quote for labor and materials, ensuring color matching with existing materials, and adhering to manufacturer installation guidelines to achieve a weather-tight seal. The contractor will supply all necessary labor, tools, and materials, including debris removal post-installation. The performance period is set from April 28, 2025, to September 30, 2025, with critical dates for a site visit and submission of questions and quotes leading to project execution. Key compliance procedures cover inspection, protection of government property, adherence to environmental laws, and requirements for delivering materials. The document emphasizes the necessity for strict adherence to building codes and environmental regulations throughout the execution of the work, demonstrating the government's commitment to maintaining infrastructure integrity and safety standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.
Z--Inspection maintenance and repair of garage doors
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the inspection, maintenance, and repair of heavy-duty motorized rolling garage doors at the Don Edwards San Francisco Bay National Wildlife Refuge maintenance shop in Fremont, CA. The project involves repairing a malfunctioning door, assessing the condition of four additional doors, and conducting necessary maintenance or repairs, all of which must comply with Federal Acquisition Regulation (FAR) guidelines. This contract is crucial for ensuring the safety and effective functionality of the maintenance shop facilities, with a performance period from May 2, 2025, to September 30, 2025. Interested contractors must submit their quotes by April 18, 2025, and can reach out to Chelsea Devivo at chelseadevivo@fws.gov for further inquiries.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Z--SACN - Repair Rehab Lower District Maintenance Shop
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the repair and rehabilitation of the Lower District Maintenance Shop at St. Croix National Scenic Riverway. The project entails extensive exterior and interior renovations, including the removal and replacement of steel siding, roofing, insulation, windows, doors, and HVAC systems, with optional interior upgrades for administrative spaces and restroom facilities. This initiative is crucial for maintaining the operational integrity of the maintenance facility, with a projected construction cost between $250,000 and $500,000, falling under NAICS code 236220 for commercial and institutional building construction. Interested small businesses must respond to the market survey by April 10, 2025, via email to Bridget Parizek at bridgetparizek@nps.gov, including the reference number 140P6025B0005 in the subject line.
Bird Collision Deterrent Film Material and Install
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide and install Bird Collision Deterrent Film on the windows of the Headwaters Lodge at the National Conservation Training Center (NCTC) in Shepherdstown, West Virginia. The project aims to mitigate bird collisions by installing approximately 3,165 square feet of specialized film on 22 designated windows, with the installation expected to be completed by June 30, 2025. This initiative is crucial for enhancing wildlife conservation efforts and ensuring the safety of birds in the area. Interested contractors must submit their signed quotes, including technical descriptions and pricing, by April 7, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
54--NM-BITTER LAKE NWR-EQUIP BLDG INSTALL
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a prefabricated shade structure at Bitter Lake National Wildlife Refuge in Chavez County, New Mexico. The project aims to enhance outdoor facilities within the refuge, aligning with conservation and community engagement objectives, with a construction budget estimated between $0 and $40,000. Interested contractors should note that this opportunity is set aside for small businesses, with a size standard of 750 employees, and must comply with wage determinations under the Davis-Bacon Act, which mandates a minimum wage of $17.75 per hour for workers on this project. Proposals are due by the specified deadline, and interested parties can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792 for further information.
Repair B840 Exterior Parapet Masonry
Buyer not available
The Department of Defense, specifically the 934th Airlift Wing, is soliciting quotes for a Firm-Fixed Price contract to repair the exterior parapet masonry of Building 840 at the Minneapolis-St. Paul Air Reserve Base in Minnesota. The project requires contractors to provide all necessary supervision, labor, materials, and equipment to address issues such as cracked sealants and failed metal flashings, which have led to water intrusion and damage. This initiative is crucial for maintaining the structural integrity and operational efficacy of military installations, with a contract value anticipated between $25,000 and $100,000. Interested small businesses must register with the System for Award Management (SAM) and submit their quotes within 30 days of the solicitation issuance, with a site visit scheduled for March 26, 2025. For further inquiries, potential offerors can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil.
C--CONSTRUCT STEEL STORAGE/WORKSHOP BUILDIN
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors to construct a 20' x 40' steel storage/workshop building at the Conte Anadromous Fish Lab Facility in Turners Falls, Massachusetts. The project involves site preparation, including excavation and grading for a concrete slab, followed by the erection of the steel structure, which will feature specific entryways and windows. This construction is critical for enhancing the operational capabilities of the facility and must adhere to federal and state regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes by April 8, 2025, with a site visit scheduled for March 26, 2025, and an anticipated contract award date of April 14, 2025. For further inquiries, contractors can contact Dayna Parkin at dparkin@usgs.gov or by phone at 703-648-7374.
Cross Lake Recreation Area Day Use Area Bathroom and Picnic Shelter 1 and 2 Roof Replacement
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking contractors for the replacement of metal roofs on two picnic shelters and a day-use bathroom at the Cross Lake Recreation Area in Crosslake, Minnesota. This project aims to enhance the facilities within the recreation area, which is vital for public use and enjoyment. The anticipated contract value is between $100,000 and $250,000, and it is set aside for small businesses under the NAICS code 238160 for Roofing Contractors. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details. Site visits must be scheduled in advance, and all proposals must be submitted through the Contract Opportunities website.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.