Roof Repairs at the Almeric L. Christian US Courthouse & Federal Office Building located at St. Croix, USVI
ID: SourcesSought_VI0008ZZ_RoofType: Sources Sought
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 Christiansted, St. Croix, U.S. Virgin Islands. The project involves the removal of existing roofing systems, installation of new fire-retardant plywood, insulation, and a durable metal roofing system designed to withstand hurricane conditions, with an estimated construction cost between $1 million and $5 million. This procurement is significant for maintaining federal infrastructure and is exclusively set aside for small businesses, emphasizing the GSA's commitment to supporting local contractors. Proposals must be submitted electronically by April 14, 2025, and interested parties can contact Olga Rodriguez at olga.rodriguez@gsa.gov or 646-285-8179 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. General Services Administration (GSA) is seeking proposals for roof repairs at the Almeric L. Christian Federal Courthouse & Office Building in Christiansted, St. Croix, U.S. Virgin Islands. A pre-proposal conference is scheduled for March 10, 2025, to outline procurement details and project goals. The project entails replacing corroded metal roof panels and membrane systems, with an estimated construction cost of $1-5 million and a timeline of 270 days post-Notice to Proceed. Key project components include removing existing roofing, installing new fire-retardant plywood and insulation, and providing a durable metal roofing system that meets hurricane standards. Bid options involve additional roof replacements in specific areas. This solicitation is a total small business set-aside, with proposals due April 3, 2025. The contract will prioritize both technical qualifications and price in the selection process, emphasizing a collaborative approach for successful and timely project completion while ensuring safety standards are upheld. The document outlines essential conditions for questions, site visits, proposal formats, and evaluation criteria to guide potential offerors in the bidding process.
    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 an RFP for construction services related to roof repairs at the Almeric L. Christian Federal Building and Courthouse in St. Croix, US Virgin Islands. The contract will encompass removing the existing roof, installing a new standing seam metal roof designed to withstand hurricane conditions, and includes various options for additional roof work. The estimated performance period is 330 days post-Notice to Proceed, with key contractual elements including pricing structure, terms and conditions, contractor responsibilities, insurance requirements, and a liquidated damages provision of $1,378.36 per day for delays. Key topics include the rationale for roof repairs, contractor obligations for permits and inspections, project pricing based on unit costs, and compliance with federal regulations including Buy American and environmental standards. The contract integrates various clauses from federal acquisition regulations addressing materials, subcontracts, and project compliance, reflecting the need for adherence to safety and procurement protocols. Overall, this RFP underscores the government's dedication to maintaining infrastructure resilience while ensuring contractual and regulatory alignment.
    The General Services Administration (GSA) is seeking construction services for roof repairs at the Almeric L. Christian Federal Building and Courthouse in St. Croix, USVI. The project includes removing existing roofs, installing new fire-retardant plywood, replacing roof insulation, gutters, downspouts, and integrating a new standing seam metal roof system designed to withstand hurricane conditions. The contract is structured to allow various additional work options, including replacing flat roof systems and carrying out necessary improvements to the parking garage. In total, the performance period is set for 270 calendar days following issuance of the Notice to Proceed, with contractual stipulations on liquidated damages for delayed completion and detailed requirements for contractor responsibilities, insurance, and compliance with Buy American preferences. Key contacts for the project include designated representatives from the GSA to manage administration and communications. This undertaking is significant for maintaining the infrastructure of federal buildings while ensuring compliance with federal procurement rules and safety standards.
    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 is an attendance sheet from a pre-proposal conference for solicitation number 47PC0225R0017, which seeks construction services for roof repairs at Almeric Christian FOB and USC in St. Croix, USVI. The virtual conference took place on March 10, 2025, via Google Meet and provided relevant joining details. The attendance included representatives from numerous companies and various governmental agencies, such as the GSA Project Team and Miami Federal. Key participants represented diverse construction and consulting firms such as Doliveira Systems LLC, RAAD Construction Group, Venergy Group, and others, indicating a broad interest in the project across multiple sectors. The relevance of this conference lies in its preparing interested contractors for bidding on federal construction contracts, highlighting the GSA’s efforts to engage with potential service providers and enhance local infrastructure through federal funding programs. The conference's facilitation and the diverse attendee list underscore the collaborative efforts to ensure compliance with federal standards and successful project execution.
    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's Public Buildings Service issued a memorandum on February 24, 2025, announcing the rescission of the PBS P100 Facilities Standards and the introduction of PBS Interim Core Building Standards in response to recent executive orders and legislation. The interim standards will guide project managers and contracting officers on compliance with applicable laws and regulations during design and construction projects, particularly for those that have not yet completed 50% of construction as of January 21, 2025. The memorandum emphasizes the responsibility of project delivery teams to apply these standards across various funding sources and outlines a range of relevant laws, executive orders, and standards. Key areas covered include energy efficiency, historic preservation, safety regulations, and community planning. The memo aims to ensure that federal building projects adhere to current requirements while a comprehensive update of the P100 standards is developed. This effort reflects the government's focus on cost-effectiveness and appropriate use of public funds within infrastructure projects.
    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 government file discusses responses to Requests for Information (RFI) related to solicitation 47PC0225R0017 for construction services targeting roof repairs at the Almeric Christian Federal Building and US Courthouse in St. Croix, US Virgin Islands. Key topics include contractor qualifications, project management, and specific construction requirements. Notably, only prime contractors can submit past performance examples, while teaming partners can serve as project coordinators. The General Services Administration (GSA) will separately award construction management services. The document covers logistics, such as the provision of laydown yards for construction materials and specifics regarding removal and reinstallation of rooftop equipment. Amendments to the original solicitation introduce additional as-built drawings and clarify compliance with the Davis-Bacon Act and the Buy American Act. Instructions for proposal submissions and requirements are outlined, including the disallowance of substitutions for past performance questionnaires. Overall, the document guides potential bidders on technical qualifications and project execution, while emphasizing adherence to federal guidelines and collaboration with GSA management.
    The document pertains to Responses for RFIs associated with solicitation 47PC0225R0017, regarding construction services for roof repairs at the Almeric Christian Federal Building and US Courthouse in St. Croix, USVI. It addresses various inquiries related to structural elements and project specifications. Key points include clarification on the existing sallyport garage ceiling structure, the necessity for additional purlins based on structural calculations requiring the removal of existing roofing materials, and guidance regarding mechanical and electrical plans tied to the roof work. The timeframe for project execution is highlighted, with 270 days allocated, and clarifications are provided about notable delays due to weather and acts of God. Notably, an emphasis is placed on the requirement for a comprehensive daily log of adverse weather impacts on construction schedules, aligning with contractual obligations. The document serves as a critical tool for contractors to understand project specifications, structural requirements, and operational timelines necessary for compliance and successful bid submissions. Overall, it aims to facilitate clarity and transparency in the bidding process for federal construction projects.
    The document addresses responses to Requests for Information (RFI) related to the solicitation for construction services focused on roof repairs at the Almeric Christian Federal Building and U.S. Courthouse in St. Croix, U.S. Virgin Islands. Key inquiries from potential contractors include amendments to insurance requirements, clarification on bid alternates, the necessity of including resumes with proposals, and the estimated construction value. The General Services Administration (GSA) confirms that insurance requirements will remain as originally stated. An updated set of drawings will be issued to clarify bid alternates. Additionally, the award process is not solely price-dependent; evaluations will also consider technical qualifications, past performance, and personnel qualifications, making resumes essential for proposals. Lastly, the estimated construction cost falls between $1,000,000 and $5,000,000. This solicitation process highlights the GSA's structured approach to ensuring quality and compliance in construction projects while enhancing transparency for interested contractors.
    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.
    This document serves as Amendment 0001 to a federal solicitation pertaining to roof repair and construction drawings for a project in the U.S. Virgin Islands. It details the necessary procedures for contractors to acknowledge receipt of this amendment and provides various methods for doing so, including returning copies or via electronic communication. Key amendments include the substitution of technical documents, specifically replacing earlier roofing drawings with updated versions and incorporating files that document attendance at a recent pre-proposal conference and site visit. The amendment also contains instructions for contractors on submitting changes to previously submitted offers and clarifies aspects of contract modification procedures, emphasizing that terms and conditions remain unchanged unless specified otherwise. Additionally, it includes changes to project documentation, such as updates to the statement of work and specifications, and responds to submitted requests for information (RFIs). Overall, the amendment reflects the necessary updates and clarifications required for the project's progression and the importance of adhering to the revised documents and guidelines provided.
    The document outlines Amendment 0002 to a federal solicitation, detailing requirements for acknowledgment of amendments and modifications to bids. It specifies that contractors must recognize the amendment before submission deadlines, with provisions for changes to offers already submitted. The amendment includes critical technical documents such as answers to RFI questions and updated plans related to various construction aspects, including structural drawings and facility standards. Key modifications to the project timeline are also highlighted, confirming a substantial completion requirement of 210 calendar days from the Notice to Proceed. Overall, the amendment emphasizes adherence to governmental contracting procedures and updates essential project parameters, ensuring compliance with federal regulations and project specifications.
    This document serves as Amendment 0003 to a federal solicitation, detailing the acknowledgment procedures for offers and the implications of the amendment. Bidders must confirm receipt of the amendment by specified methods to avoid rejection of their offers. The amendment includes responses to several RFIs and incorporates new technical documents essential for project specifications. These documents consist of the "Lightning Protection Plan," "Roof Level Mechanical Plan," and updates to the "Critical Path Method Scheduling" section, replacing previous specifications. It also outlines procedures for modifying existing offers and contract terms while reiterating that, despite changes, all terms and conditions remain in effect. The purpose of this amendment is to provide clarity and necessary technical details for bidders to align their submissions with the revised requirements, ensuring compliance and understanding of the updated project scope.
    This document serves as Amendment 0004 to a solicitation, primarily extending the proposal submission deadline from April 3, 2025, to April 14, 2025. It also outlines instructions for acknowledging receipt of the amendment, which must be done prior to the specified due date to avoid rejection of offers. Key procedural details include the requirement for acknowledgment through specified methods, such as by completing designated items or via separate correspondence. Additionally, the document provides a breakdown of items that must be completed by contractors or the contracting officer to ensure compliance, including contract ID, amendment/modification numbers, and effective dates. It emphasizes the importance of maintaining original solicitation terms unless explicitly modified and describes various types of modifications to contracts. This amendment highlights the federal government’s procedural framework in managing solicitation changes, ensuring clarity and compliance during the bidding process. The need for accurate acknowledgment and timely submissions reflects standard practices in federal requests for proposals (RFPs) and grants.
    This document outlines Amendment 0005 to a solicitation, updating the receipt and response protocols for offer submissions. It specifies required acknowledgment of this amendment, emphasizing that failure to do so by the designated deadline may lead to rejection of the offer. The amendment modifies terms related to the solicitation, including changes to the "Receipt of Offers" and "Proposal Format" sections, replacing the word "Thursday" with "Monday" on pages 7 and 8. The document also provides guidelines for submitting modifications or changes to previously submitted offers via letter or electronic communication, ensuring each communication refers to the relevant solicitation and amendment numbers. It clarifies that the contractor is not required to return the amendment document and aims to communicate effectively any alterations to the original solicitation, preserving all other terms and conditions. This amendment reflects the federal government's procedural updates, ensuring clarity and compliance in the bidding process, critical for contractors and stakeholders engaged in federal and local contracts.
    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 GSA Solicitation No. 47PC0225R0017 seeks proposals for construction services related to roof repairs at the Almeric Christian Federal Building and US Courthouse in St. Croix, USVI, specifically targeting small businesses. The document outlines essential information, including the components of proposals, evaluation criteria, and compliance requirements. Proposals must include a separate price proposal and technical proposal, with specific forms and information required. Key evaluation factors include technical qualifications (40%), past performance (30%), and the qualifications of key personnel (30%). There are also detailed instructions regarding the submission format, pre-proposal conference, and site visit guidelines. The estimated project cost falls between $1,000,000 and $5,000,000, and a bid guarantee is essential for submission. The procurement aims to secure qualified contractors while ensuring compliance with federal regulations, including Labor and Buy American provisions. Overall, the solicitation emphasizes a competitive process focused on garnering the best value for the government through assessed qualifications and pricing.
    The GSA Solicitation No. 47PC0225R0017 outlines a request for proposals for construction services dedicated to roof repairs at the Almeric Christian Federal Building and US Courthouse in St. Croix, USVI. This solicitation targets small businesses and encompasses guidelines for proposal submission, including content, format, and the evaluation framework. Proposals must be received by April 14, 2025, with an estimated project cost between $1 million and $5 million. Key evaluation factors include Technical Qualifications (40%), Past Performance (30%), and Qualifications of Key Personnel (30%). Offerors must provide comprehensive documentation demonstrating relevant construction experience, including similar project completion within the past ten years. Emphasis is placed on prior experience with multi-story office buildings and acceptable institutional structures, particularly those involving roof replacement and operational buildings. The solicitation mandates pre-proposal and site visits, enhancing engagement and understanding of project requirements. Clarity in financial proposals and the provision of required certifications are emphasized. Overall, this solicitation represents a structured approach to obtaining competitive bids from capable small businesses, with a focus on accountability and technical competence in executing the project.
    The GSA Solicitation No. 47PC0225R0017 pertains to a construction contract for roof repairs at the Almeric Christian Federal Building and US Courthouse in St. Croix, USVI. This project is exclusively reserved for small businesses and requires proposals that meet various outlined specifications. The estimated price range for the project is between $1,000,000 and $5,000,000. The solicitation includes details on proposal submission, evaluation criteria, and necessary documentation. Proposals will be evaluated based on technical qualifications, past performance, and the qualifications of key personnel, with technical qualifications carrying the most weight. Offers must be submitted via email by April 14, 2025, and must separate technical and price proposals. Pre-proposal and site visits are scheduled for March 10 and March 12, 2025, respectively, requiring pre-registration. The document emphasizes compliance with provisions such as bid guarantees, wage rate requirements, and adherence to the Buy American Act. Overall, the solicitation aims to ensure a transparent and competitive process for constructing vital government infrastructure while supporting small business participation.
    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
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Industry Day for Construction Projects at Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex, San Juan, Puerto Rico
    General Services Administration
    The General Services Administration (GSA) is hosting an Industry Day for contractors interested in two significant construction projects at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex in San Juan, Puerto Rico. The projects include non-structural seismic mitigation at the Nazario Courthouse and the construction of a new ten-story courthouse annex, both requiring contractors with experience in commercial and institutional building construction (NAICS code 236220). The total project magnitudes are estimated between $20 million and $40 million for the seismic mitigation and between $200 million and $260 million for the annex. Interested parties are encouraged to register for the virtual event scheduled for January 21, 2026, at 10:00 AM (AST) by completing the registration form provided in the notice. For further inquiries, contact Natalia Lugo-Vina Cruz at natalia.lugo-vinacruz@gsa.gov.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    REV1 US Courts - 5th Floor Pretrial Kitchenette Renovation
    General Services Administration
    The General Services Administration (GSA) is soliciting bids for the renovation of the 5th Floor Pretrial Kitchenette at 500 Pearl Street, New York, NY, under solicitation number 47PC5526R0007. The project involves comprehensive construction services, including demolition, installation of new cabinetry, countertops, appliances, and necessary electrical and plumbing upgrades, all to be completed within a performance period of 180 days. This renovation is crucial for maintaining operational efficiency within the courthouse and ensuring compliance with federal and local safety standards. Interested small businesses must submit their proposals by December 19, 2025, at 4:00 PM, and can direct inquiries to Monique Woods at monique.woods@gsa.gov or Nicholas Uom at nicholas.uom@gsa.gov. The estimated contract value is between $50,000 and $75,000.
    Pago Pago TSA Space Renovation, American Samoa
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining operational efficiency and enhancing the working environment for TSA personnel. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on February 20, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    089495-26-A-0015 N. Charleston, SC Charleston P&DC Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the North Charleston Processing and Distribution Center (P&DC) in South Carolina. The project entails comprehensive roof work, including the removal of the existing roof system, inspection for damage, and installation of a new 80-mil PVC roof system, along with necessary repairs and lightning protection work. This opportunity is significant for roofing contractors, with an estimated project cost between $4 million and $5 million, and a completion timeline of 180 calendar days post-award. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by December 29, 2025, and are encouraged to attend a pre-proposal meeting on December 9, 2025. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    RMO22923 - RAY Cold weather event
    General Services Administration
    The General Services Administration (GSA) is seeking to procure urgent repair services for the Robert A. Young Federal Building in St. Louis, MO, following extensive damage from a severe cold weather event. The procurement, valued at approximately $1,800,000, is justified under FAR 6.302-2 due to "Unusual and Compelling Urgency," necessitating immediate action to address critical repairs, including fire sprinkler piping and removal of damaged finishes. Hof Construction Inc., already on-site and familiar with the building's systems, has been selected for this sole-source contract, with plans for future market research to address any non-emergency requirements related to the disaster aftermath. Interested parties can contact Erica Hoffman at erica.hoffman@gsa.gov or April Whitehead at April.Whitehead@gsa.gov for further information.
    IRS Memphis, TN Design/Build Replacement of Roofs, Electrical Breakers and Fire Alarm System Construction Project
    General Services Administration
    The General Services Administration (GSA) is seeking a qualified contractor for a Design-Build project to replace roofs, upgrade electrical breakers, and install a new fire alarm system at the Internal Revenue Service (IRS) Customer Service Center in Memphis, Tennessee. The project involves comprehensive repairs and replacements, including approximately 618,000 square feet of roofing with a 20-year warranty, refurbishment of 26 failed electrical circuit breakers with a 1-year warranty, and installation of a UL-certified fire alarm system, all adhering to current life safety codes. This procurement is critical for maintaining the operational integrity and safety of the IRS facilities, with an estimated contract value between $20 million and $25 million. Proposals are due by February 2, 2026, and interested parties can contact Joseph Ardoin at joseph.ardoin@gsa.gov or 404-772-8076 for further information.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.