Roof Repairs at the Almeric L. Christian US Courthouse & Federal Office Building located at St. Croix, USVI
ID: SourcesSought_VI0008ZZ_RoofType: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R2 REPAIR AND ALTERATIONS BRANCHNEW YORK, NY, 10007, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for roof repairs at the Almeric L. Christian Federal Building and U.S. Courthouse located in St. Croix, U.S. Virgin Islands, under Solicitation No. 47PC0225R0017. The project aims to address critical roofing issues, including the removal of existing roofing systems and installation of a new hurricane-resistant standing seam metal roof, with an estimated cost ranging from $1,000,000 to $5,000,000. This initiative is vital for maintaining the integrity and safety of federal infrastructure in a region prone to severe weather conditions. Interested small businesses must submit their proposals, including technical and price components, by April 3, 2025, with further inquiries directed to Olga Rodriguez at olga.rodriguez@gsa.gov or by phone at 646-285-8179.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is seeking construction services for roof repairs at the Almeric Christian Federal Building and U.S. Courthouse in St. Croix, U.S. Virgin Islands, under Solicitation Reference No. 47PC0225R0017. The project will encompass a 330-day construction period following the Notice to Proceed (NTP), with the contractor responsible for the complete execution of the work, including all labor, materials, and equipment. Key tasks include removing existing roofing, replacing plywood substrates and insulation, and installing a new pre-finished standing seam metal roof designed for hurricane resistance. The contract outlines liquidated damages of $1,378.36 per day for any delays, emphasizes adherence to Buy American requirements, and delineates pricing and payment procedures. The contractor must ensure compliance with various federal regulations, including the Federal Acquisition Supply Chain Security Act and safety protocols related to controlled unclassified information. The contract also stipulates the contractor's responsibility to secure necessary permits, maintain insurance, and actively participate in project meetings and communication with GSA representatives. Overall, this initiative represents a significant investment in federal infrastructure maintenance, aiming to ensure the safety, functionality, and sustainability of the federal facility amid tropical weather conditions.
    The document outlines a Request for Proposals (RFP) for roof repair services at the Almeric L. Christian Federal Building and U.S. Courthouse. Key tasks involve the removal and replacement of TPO membrane roofing systems on flat roofs and over the parking garage, as well as the existing metal roofing on the Water Treatment Building. The contractor is required to provide a detailed itemized breakdown of labor, materials, and equipment across various divisions, including general requirements, existing conditions, metals, and thermal protection. Additionally, it mentions necessary insurances, performance and payment bonds, and profit margins. The project emphasizes compliance with the specifications detailed in the Statement of Work (SOW), ensuring all aspects of the repair work are adequately covered. This RFP serves to solicit bids from qualified contractors to ensure the maintenance and integrity of federal property.
    The document outlines the pricing and scope requirements for roof repairs at the Almeric L. Christian Federal Building and U.S. Courthouse, focusing on work to be performed according to a Statement of Work (SOW). Contractors are expected to submit a detailed breakdown of costs, including categories for labor, materials, equipment, and various divisions related to construction tasks (e.g., general requirements, existing conditions, metal work, and roofing systems). The proposal includes three options: the base service for replacing the existing metal roofing and insulation; Option 1 for replacing TPO membrane roofs; Option 2 for TPO roof systems over a parking garage; and Option 3 for the metal roof of a water treatment building. Each option requires a comprehensive financial overview, detailing direct and indirect costs, overhead, and profit margins. The Government Services Administration (GSA) mandates the use of AIA MASTERSPEC standards for itemized breakdown submissions, highlighting the structured approach to federal contracting and compliance in construction projects.
    The document outlines the experience summary for a federal Request for Proposals (RFP) submission regarding a construction project conducted by an offeror in Hato Rey, Puerto Rico. The primary project is a multi-story office building with a contract value of $15 million, scheduled for substantial completion by January 1, 2025. The submission confirms the project adheres to necessary requirements, including being classified as acceptable institutional construction, involving roof replacement of sloped metal systems, and maintaining operational occupancy during the project timeline. Additionally, the project meets the minimum project value threshold of $500,000 and has been successfully completed within the past ten years. This summary reflects the offeror's qualifications and relevant experience, essential for consideration in government contracting processes.
    The document outlines essential requirements for completing a Project Fact Sheet as part of federal government requests for proposals (RFPs) and grants. It mandates that companies detail significant project information, including the contractor's role (such as prime contractor or subcontractor), project name and location, owner information, timelines, and financial specifics. Key sections require a narrative description of the project, highlighting the size in gross square feet, photographs, and work performed by the company and subcontractors. The structured format emphasizes clarity and relevance in presenting project capabilities, showcasing the company's qualifications, experience, and compliance with federal guidelines. This serves to streamline the evaluation process in selecting contractors for federal and state/local projects, ensuring that all submitted information is pertinent and aligns with competitive bidding standards. Overall, the document facilitates transparency and accountability in the procurement of government projects.
    The document outlines a standardized format for resumes of key personnel proposed for projects related to federal government Requests for Proposals (RFPs) and grants. It serves as a guideline for submitting resumes, detailing essential sections that need to be included. These sections encompass the proposed role of the individual, their name, educational background, years of experience with the firm, and total relevant professional experience. The resume should list relevant job titles, the companies where the individual worked, and descriptions of pertinent projects. Additionally, educational credentials, including the name of the college or university, degree, major, and year granted, should be documented. This format is designed to ensure consistency and facilitate evaluation of personnel qualifications during the RFP selection process, highlighting their expertise and experience which are crucial for project proposals in federal, state, and local contexts. Overall, it emphasizes the importance of clear and structured presentation of personal credentials in securing government contracts.
    The PBS Past Performance Questionnaire is a structured tool used to evaluate contractors' past performance on government contracts. It requests detailed contractor information, including contract types, award dates, and project descriptions, helping assess the complexity and relevance of the work compared to current proposals. The central purpose of the questionnaire is to gather evaluations from clients regarding the contractor's performance in various areas, such as quality, schedule timeliness, customer satisfaction, management effectiveness, cost management, safety, and sustainability. Each performance aspect is rated on a scale from Exceptional to Unsatisfactory, providing a clear, objective measure of how well the contractor met contractual requirements. Clients complete the questionnaire and may provide comments, summarizing their experience and indicating whether they would choose to work with the contractor again. Ultimately, this questionnaire serves as a critical component in supporting government procurement decisions by ensuring transparency and shared accountability in contractor evaluations. The document also mandates accuracy in data verification and offers clear instruction for clients on completion and submission to facilitate a comprehensive assessment.
    The document outlines the qualifications and financial information required from contractors seeking federal contracts or grants, as mandated by the General Services Administration (GSA). It includes sections for providing organizational details, ownership structure, taxpayer ID, establishment date, and types of products or services offered. Additionally, it delves into financial standing, requiring disclosures on debts, past bankruptcies, and legal judgments. Contractors must detail their financial statements, including a balance sheet and income statement, and report any government financing received. Specific sections address any delinquencies on federal debts and the contractor's relationships with banks and suppliers, ensuring thorough vetting of financial credibility. The document also covers existing contracts, job histories, and surety bonds. By collecting this comprehensive financial data, the aim is to assess a contractor’s capacity to fulfill federal contract obligations, ensuring that only financially viable entities are engaged in government work. This information collection process adheres to the Paperwork Reduction Act to minimize burden and enhance efficiency in obtaining necessary contractor qualifications.
    The GSA Solicitation No. 47PC0225R0017 outlines the requirements for Offeror Representations and Certifications related to commercial and institutional building construction contracts. The document specifies the appropriate NAICS code (236220) and sets a small business size standard of $45 million in average annual receipts. It also includes provisions from the Federal Acquisition Regulation (FAR) that require Offerors to complete specific certifications electronically through the System for Award Management (SAM), confirming their compliance with various regulatory standards pertinent to federal contracting. Key provisions emphasize representations relating to telecommunications and video surveillance services, federal supply chain security, and responsibilities concerning arms control treaty compliance. The solicitation mandates detailed disclosures from Offerors about their past dealings with federal contracts, any criminal or civil proceedings, and mandatory certifications regarding the use of covered telecommunications equipment or services. This robust framework is designed to ensure that contractors are qualified and transparent in their business practices, reflecting the federal government's commitment to accountability and security in contracting processes.
    The document outlines a federal solicitation for construction services regarding roof repairs for buildings located at 3013 Estate Golden Rock, St. Croix, U.S. Virgin Islands. It specifies the requirements for contractors, including the submission of sealed bids and performance guarantees, as well as timelines for bids and project completion. The solicitation number is 47PC0225R0017, with a proposal date of March 3, 2025, and bid submission is required by April 3, 2025, at 4:00 PM EST. The project includes removal and replacement of various roof systems and is aimed at ensuring the integrity and safety of the facilities. The scope of work includes a Statement of Work, technical specifications, and design drawings detailed for the contractors. The project falls under the category of repair and alteration of office buildings, classified as Firm Fixed Price contracts. This solicitation underscores the government's initiative to maintain federal properties through appropriate infrastructure repairs while adhering to established protocols for contractor selection and project management.
    The document is a Bid Bond Form (Standard Form 24) utilized in federal and state bidding processes, particularly for construction, supplies, or services. It outlines the obligations of the Principal (the bidder) and Surety(ies) in securing the bidding commitment to the U.S. Government. Key components include details on the Principal's identification, organizational type, and Surety information, including the penal sum amount and bid specifics. The bond becomes void if the Principal executes a contract after bid acceptance and provides necessary bonds within specified timelines. The form sets conditions for obligations and clarifies that Sureties are jointly and severally liable. Understanding of performance under extended bid acceptance timelines is outlined, as well as requirements for Sureties to be from an approved list, ensuring they meet financial capability standards. Instructions for filling out the form ensure compliance with federal guidelines, emphasizing the necessity of accurate representation and authority in signatures. Thus, it serves as a critical instrument in protecting governmental interests in procurement processes by ensuring that bidders fulfill their commitments.
    The GSA Solicitation No. 47PC0225R0017 outlines a request for proposals (RFP) for construction services targeting roof repairs at the Almeric Christian Federal Building and US Courthouse in St. Croix, USVI. This solicitation is specifically set aside for small businesses and includes requirements for proposal submissions, including technical and price proposals, site visits, and a pre-proposal conference. The estimated project cost ranges from $1,000,000 to $5,000,000. Offerors must demonstrate relevant experience, past performance, and qualifications of key personnel as part of their submission. The proposal format, necessary documents, bid guarantees, and instructions for submission are detailed, along with a method of award focusing on best value evaluation criteria which weighs technical qualifications, past performance, and personnel qualifications equally. Participants must comply with various federal guidelines, including the Buy American requirements and safety measures for contractor personnel. Overall, the solicitation emphasizes a structured procurement method aiming to engage capable contractors in fulfilling this essential project requirement in the Virgin Islands.
    The document presents General Decision Number VI20250001, effective January 3, 2025, regarding prevailing wage rates for construction contracts in the Virgin Islands, governed by the Davis-Bacon Act and Executive Order 14026. The Executive Order mandates a minimum wage of $17.75 per hour for covered workers, applicable to contracts entered into or extended after January 30, 2022. The document lists various labor classifications and corresponding wage rates, with minimum rates starting at $7.25 for certain roles, along with details on fringe benefits. It further states that if a necessary classification is not listed, contractors must file a conformance request. Additionally, the appeals process for wage determinations is outlined, specifying procedures for reviewing and contesting decisions pertaining to wage rates. The information is vital for ensuring compliance in federal, state, and local construction contracts, as it affects labor costs and worker protections in construction projects across the Virgin Islands. This guidance confirms the federal commitment to maintaining fair wages in government contracts while adhering to regulatory standards.
    Similar Opportunities
    Stokes Hardening Project
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the Stokes Hardening Project, aimed at enhancing security at the Carl B. Stokes Federal Building and U.S. Courthouse in Cleveland, Ohio. The project involves the installation of security glazing on ground-level windows and the replacement of exterior and entry doors to improve protection against unauthorized access. This initiative is crucial for ensuring the safety and integrity of federal facilities, particularly as the courthouse will remain operational during construction. Interested small business contractors must submit their proposals by April 8, 2025, and can contact Rhonda Booker at rhonda.booker@gsa.gov or 216-339-9934 for further information.
    Z--Replace Roof System - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the roof system on a recycling/storage shed at Petroglyph National Monument in Albuquerque, NM. The project involves the removal of the existing roof and installation of a new system, along with necessary finishing touches, emphasizing the government's commitment to supporting Indian small businesses through a total set-aside procurement. The estimated contract value ranges from $25,000 to $100,000, with proposals due by March 26, 2025, and an anticipated solicitation release date around March 12, 2025. Interested vendors can contact Samuel Hyslop at samuelhyslop@nps.gov or by phone at 970-880-4482 for further information.
    Sioux Falls Courthouse Window Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which is part of a broader initiative funded by the Inflation Reduction Act (IRA). The project involves the installation of energy-efficient windows while preserving the historical integrity of the courthouse, with a strong emphasis on sustainability through the use of low-embodied carbon materials. This procurement is significant as it reflects the government's commitment to environmentally responsible construction practices and supports small business participation in federal contracts. Proposals are due by March 27, 2025, and interested parties can contact Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov for further information.
    General Services Administration seeks a residential construction contractor for renovation of residential building for Armed Forces Retirement Home in Washington, DC.
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified residential construction contractor for the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, D.C. The project aims to modernize the 387,350 square foot facility, transforming it into a residential space with 491 units for veterans, while adhering to historical preservation regulations due to its location within a historic district. This renovation is critical for enhancing living conditions for veterans and includes updates to mechanical, electrical, and fire protection systems, with a focus on safety and sustainability. Interested contractors must submit their proposals by February 21, 2025, with an estimated project cost ranging from $100 million to $150 million. For further inquiries, contact Harvelle Fuller at harvelle.fuller@gsa.gov or Elwora "Liza" Ahmed at elwora.ahmed@gsa.gov.
    BGR ASR Roof Replacement
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the BGR ASR Roof Replacement project at Bangor International Airport in Maine. The project involves the removal of an existing asphalt shingle roof and the installation of a new 26-gauge metal roof, ensuring compliance with safety regulations and operational continuity for radar systems during construction. This initiative is crucial for maintaining infrastructure integral to the National Airspace System, with an estimated project cost ranging from $50,000 to $100,000 and a performance period of 30 calendar days upon receiving the notice to proceed. Interested contractors must submit their proposals by March 14, 2025, and can contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details.
    CGC OUACHITA ROOFING REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for roofing repairs at the Regional Support Team facility located in Chattanooga, Tennessee. The project involves replacing storm-damaged roofs with high-wind-rated shingles to enhance durability and minimize future repairs, with a contract value estimated between $25,000 and $100,000. This initiative underscores the importance of maintaining operational efficiency and safety at military installations, ensuring compliance with federal regulations throughout the project. Interested small business contractors must submit their bids and are encouraged to visit the site prior to bidding, with a completion timeline of 30 calendar days from the notice to proceed. For further inquiries, contractors can contact Kala Lowe at KALA.M.LOWE@USCG.MIL or Lynn Charles at Lynn.p.charles2@uscg.mil.
    2306 Bannister IRA Project
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the 2306 Bannister IRA Project, which falls under the Public Buildings Service and is a task order off the Region 6 Design Build IDIQ contract. This project involves commercial and institutional building construction, specifically focusing on the repair or alteration of office buildings in Kansas City, Missouri. The successful contractor will be responsible for executing the project in accordance with the established guidelines, and access to project documents is restricted to holders of the Region 6 Design Build IDIQ contract, requiring coordination with prime contractors for subcontractors. Interested parties can reach out to Julie Vo at julie.vo@gsa.gov or Mike Flanigan at michael.flanigan@gsa.gov for further information, and should allow 24-48 hours for document access approval.
    B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking contractors for the renovation of the GPO and roof replacement at the Stennis Space Center in Mississippi. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses as per FAR 19.5 regulations. The renovation and construction services are crucial for maintaining the operational integrity of the facilities at the Space Center. Interested parties can reach out to Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571, or Chanda Strenth at CHANDA.D.STRENTH@USACE.ARMY.MIL, 251-441-5595 for further details. A site visit is scheduled for February 24, 2025, to facilitate engagement with potential bidders.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
    ROOF REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a roof replacement project at Base Boston located in East Moriches, New York. This procurement is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 238160, which pertains to Roofing Contractors. The project is crucial for maintaining the integrity and safety of the facility, ensuring that it meets operational standards. Interested contractors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details regarding the solicitation process.