56--OK WASHITA HQ ROOF REPLACEMENT
ID: 140FC224Q0052Type: 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

ROOFING AND SIDING MATERIALS (5650)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the roof at the Headquarters building of the Washita National Wildlife Refuge in Butler, Oklahoma. The project involves removing the existing roof, inspecting the roof deck, replacing any damaged decking, and installing new roofing materials, all in accordance with the attached Statement of Work (SOW) and safety regulations. This procurement is crucial for maintaining the integrity and functionality of government facilities, ensuring compliance with labor standards under the Davis-Bacon Act and environmental regulations. Interested contractors should note that the project has a budget of less than $25,000, with a performance period from September 23, 2024, to November 15, 2024. A site visit is scheduled for August 27, 2024, and questions must be submitted by August 29, 2024, to the primary contact, William Koski, at william_koski@fws.gov.

    Point(s) of Contact
    Koski, William
    william_koski@fws.gov
    Files
    Title
    Posted
    The Washita National Wildlife Refuge is planning a roof replacement for its Headquarters building in Custer County, Oklahoma, due to the existing roof's end of life. The project involves removing the existing shingle roof, inspecting the roof deck, replacing damaged decking, and installing new materials, including ice barriers, shingles, flashing, and gutters. A site visit is encouraged for contractors before submitting bids. The document outlines specific requirements for materials and installation standards, as well as submission protocols for product data and warranties. Compliance with relevant codes and quality assurance measures is mandated, along with a schedule for work completion within 180 days post-notice to proceed. The project adheres to labor regulations under the Davis-Bacon Act, ensuring the payment of prevailing wages. Key environmental considerations and contractor responsibilities are also detailed, emphasizing adherence to safety regulations and waste management protocols. Overall, this RFP emphasizes a commitment to maintaining the integrity and functionality of government facilities through efficient and compliant construction practices.
    The document outlines an amendment to solicitation number 140FC224Q0052 related to a construction project administered by the Federal government. It specifies the procedure for contractors to acknowledge the receipt of the amendment, either in writing or electronically, to avoid their offers being rejected. The amendment details the project’s effective dates, defining the performance period from September 23, 2024, to November 15, 2024, and references an updated Statement of Work (SOW) along with an attached Bid Schedule that includes material requirements by square footage. It also indicates specific regulatory frameworks under which these changes are made, ensuring compliance with federal standards. The document emphasizes the importance of recognizing the amendment prior to the specified deadline and reiterates that all other terms of the original document remain unchanged. The tone is formal and administrative, typical of government RFPs and grant-related communications.
    The document outlines an amendment to solicitation number 140FC224Q0052, specifically detailing necessary acknowledgments and modifications related to contract submissions. Contractors must confirm receipt of the amendment by specific methods before the designated deadline to avoid rejection of their offers. This amendment updates the Statement of Work (SOW) and provides a bid schedule focused on square footage requirements of materials. The project period spans from September 23, 2024, to November 15, 2024. Additional provisions include that the contractor is not required to sign the amendment unless indicated otherwise. The document emphasizes adherence to established protocol for modifications and acknowledges that all other terms remain unchanged. This summary serves as an official notice defining the procedural requirements and updates pertinent to the ongoing procurement process.
    This document represents an amendment to solicitation number 140FC224Q0052, detailing modifications relevant to the associated contract. It outlines requirements for contractors to acknowledge the receipt of the amendment, which must be submitted prior to the deadline to avoid offer rejection. The period of performance for this contract spans from September 23, 2024, to November 15, 2024, with additional information provided regarding square footage and material requirements. The amendment also includes guidelines for submitting changes to offers and maintains the integrity of previously set terms, except where modifications have been explicitly stated. The document serves as an official communication to ensure that all parties are aware of the recent changes and the implications for the ongoing solicitation process, thus ensuring compliance with federal contracting regulations.
    The government solicitation outlines a Request for Proposal (RFP) for the replacement of the roof at the Headquarters building of the Washita National Wildlife Refuge in Butler, Oklahoma. The project aims to remove the existing roof and install a new one, ensuring all work adheres to specific specifications outlined in the Statement of Work (SOW). Key components of the project include inspections, installation of new roofing materials, and compliance with safety regulations. A site visit is scheduled for August 27, 2024, with questions regarding the proposal due by August 29, 2024. The cost estimate for the project is under $25,000, and the contractor is expected to complete the work within a designated timeframe starting September 23, 2024, up until November 15, 2024. The document also emphasizes the necessity of adhering to Davis-Bacon wage requirements and environmental regulations throughout the project, showcasing the government's commitment to fair labor practices and ecological responsibility. Overall, this solicitation reflects the federal government's structured approach to securing proper labor and materials for essential maintenance projects while ensuring adherence to legal and regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    Z--REPLACE ROOF ON OREGON INLET FEE KIOSK
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the roof on the Oregon Inlet Fee Kiosk located at Cape Hatteras National Seashore. The project entails installing a new standing seam metal roofing system designed to withstand wind speeds of up to 120 mph, with a total estimated cost of under $25,000. This procurement is a 100% small business set-aside, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested contractors must register in the System for Award Management (SAM) and submit their firm-fixed price quotes by September 17, 2024, at 3:00 PM EST, with a site visit scheduled for September 10, 2024. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov or by phone at 305-242-7742.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Dutch John Bunk House Roof Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Dutch John Bunk House Roof Replacement project located in Dutch John, Utah. The project requires contractors to provide all necessary materials, labor, and equipment to remove the existing roof and install a new thermoplastic polyolefin (TPO) roofing system, with a budget estimated between $100,000 and $250,000. This procurement is particularly significant as it emphasizes compliance with federal guidelines, including the Buy American Act, and aims to support local economies while ensuring quality and safety standards are met. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    BRD ADMIN SITE REPAIRS (Warehouse Roof Repair & Replacement)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service at the Allegheny National Forest, is soliciting proposals for the repair and replacement of the roof at the Bradford District Office compound in Pennsylvania. The project involves comprehensive roofing work, including the removal of existing materials, inspection and repair of the supporting structure, and installation of new synthetic underlayment and architectural asphalt shingles, all in compliance with established specifications and industry standards. This initiative underscores the government's commitment to maintaining its infrastructure within national forests, ensuring safety and functionality. Interested contractors must register in the System for Award Management (SAM) and submit their bids by the specified deadlines, with a project budget under $25,000 and a performance timeline from September 2, 2024, to October 31, 2024. For further inquiries, potential bidders can contact Marquez Weldon at marquez.weldon@usda.gov or Brad Higley at bradley.higley@usda.gov.