Trailer Asphalt Shingle Roof Replacement - Battle
ID: 140L3925Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:59 AM UTC
Description

The Bureau of Land Management (BLM) is soliciting bids for the replacement of the asphalt shingle roof on a trailer located at the Air Tanker Base in Battle Mountain, Nevada. The project involves the complete removal of the existing roofing materials and installation of a new roofing system, including gutters, with a focus on compliance with local and federal building codes and environmental sustainability. This procurement is set aside for small businesses, with a budget of under $25,000, and requires contractors to submit their quotes by April 30, 2025, following a site visit on April 16, 2025. Interested parties can contact Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420 for further details.

Point(s) of Contact
Files
Title
Posted
The Bureau of Land Management (BLM) has issued a Statement of Work for an asphalt shingle roof replacement project at the Pilot Lounge trailer located at the Air Tanker Base in Battle Mountain, Nevada. The project involves the comprehensive removal and replacement of the current roofing materials, including shingles, gutters, and associated components, utilizing a minimum 30-Year shingle roofing system. The trailer, approximately 14 feet wide and 58 feet long, requires adherence to local and federal building codes, with a focus on safety, tenant occupancy considerations, and environmental sustainability through recycling initiatives. The contractor is responsible for scheduling, obtaining necessary permits, and ensuring safety protocols are met while working on an occupied structure. The work must commence within 28 days of the contract award and should be completed within 14 days, while progress payments will be structured according to a lump-sum item based on work completion. A one-year warranty for labor and a minimum 30-year warranty for the installed materials are required. This project prioritizes effective project management, compliance with safety standards, and environmental considerations, highlighting the government's commitment to maintaining its facilities responsibly.
The document outlines the specifications for a project concerning the replacement of the asphalt shingle roof at the Tanker Air Base's Pilot Lounge Trailer in Battle Mountain, Nevada, as part of a Bureau of Land Management initiative set for May 2024. It details the project's general requirements, including definitions, site inspections, and contractor responsibilities. The contractor must provide necessary materials, labor, and tools while adhering to high-quality standards and restoring existing conditions post-construction. The document defines contractor roles, clarifies the approval process for submittals, and mandates compliance with manufacturer directions for installation. Sections on submittal procedures require a structured approach to submitting schedules and formats while checking compliance with contract documents. The specifications also cover the inclusion of asphalt shingles and accessories, manufacturer qualifications, warranties, and testing standards. Quality assurance processes, such as inspections by contractor representatives, are mandated to ensure performance meets established guidelines. This project underscores federal accountability and quality in governmental construction contracts, while ensuring strict adherence to safety and operational standards throughout the roofing work.
The document outlines a bid schedule for the replacement of the roof on the BLM trailer in Battle Mountain, focusing on various components of the roofing project. Key elements include demolition of the existing asphalt shingles, supply and labor costs associated with new asphalt shingle installation, and the installation of related fixtures like gutters and downspouts. Additionally, the proposal notes the potential for OSB (Oriented Strand Board) replacement, which would include its demolition, material provision, and installation costs. All costs are presented in a structured format broken down into unit costs and totals, emphasizing a comprehensive pricing approach for the project's various facets. This document serves as an official government request for proposals (RFP) related to federal contracting, aimed at soliciting bids from contractors for the roofing project while ensuring compliance with federal guidelines and local regulations.
Apr 3, 2025, 8:05 PM UTC
The document appears to be a corrupted or garbled file lacking coherent content. Consequently, it does not present a clear topic, ideas, or a structured format typical of government RFPs or federal grants. Given its unreadable state, no key points or central themes can be discerned. If this document is intended to be a Request for Proposals (RFP) or similar government filing, it usually would aim to solicit bids, services, or grants from various organizations, outlining needs, objectives, and eligibility criteria. However, due to the lack of intelligible information, there are no specific goals or requirements articulated to summarize. In a typical clear RFP context, we would expect to see summarized details related to project objectives, funding allocation, timeline, and submission instructions, which are absent in this instance. A critical review indicates that further analysis or a different approach to the document may be needed as the current content does not comply with standard expectations for government documentation.
Apr 3, 2025, 8:05 PM UTC
The Bureau of Land Management (BLM) Nevada State Office is soliciting bids for a construction project involving the replacement of an asphalt shingle roof on a trailer located at the Air Tanker Base, near Battle Mountain, NV. The project, with a budget of under $25,000, is set aside for small businesses and is expected to involve the removal of the existing roof, installation of new roofing materials, and the addition of a new gutter system. Interested contractors must submit their quotes by April 30, 2025, following specified guidelines, including a site visit on April 16, 2025. The award will be determined based on a best-value, trade-off process rather than solely the lowest bid. Contractors are required to meet specific qualifications and compliance standards, including certifications regarding historical preservation and environmental impact. Key instructions outline necessary documentation, including a detailed work progress plan and adherence to mandatory safety and labor standards. The solicitation emphasizes the importance of fully understanding the project's specifications to avoid non-responsive submissions.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
Z--Red Rock Canyon NCA Admin Building Repairs
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the repair and maintenance of the Administration Building at the Red Rock Canyon National Conservation Area in Clark County, Nevada. This project, designated under solicitation number 140L0625R0004, includes essential repairs, rodent remediation, and upgrades to the HVAC system, with a total budget estimated between $500,000 and $1 million. The procurement is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested contractors must submit their proposals by April 21, 2025, following a mandatory site visit on April 2, 2025. For further inquiries, potential bidders can contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
Y--Orovada Fire Engine Cover & Crew Quarters, NV
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is soliciting proposals for the construction of the Orovada Fire Engine Cover and Crew Quarters in Nevada. This project involves the design and construction of a facility that includes a crew quarters building and an engine bay, aimed at enhancing the operational capabilities and living conditions for firefighting crews responding to wildfires. The total project budget is estimated between $5 million and $10 million, with a focus on sustainable building practices and compliance with federal and state regulations. Interested contractors should contact Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329 for further details, and proposals must be submitted by the specified deadlines outlined in the solicitation documents.
OWYHEE FUEL BREAK MOWING
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting contractor services for the Owyhee Fuel Break Mowing project, which involves the mechanical mowing of approximately 1,012 acres of brush and grass in Humboldt County, Nevada. The contractor will be responsible for providing all necessary labor, equipment, and materials to complete the mowing to a height of 4-6 inches, adhering to environmental protections and operational guidelines set forth by the BLM, with work scheduled from September 15, 2025, to January 15, 2026. This initiative is crucial for enhancing natural resource management and fuels management practices, aligning with federal environmental standards. Interested small businesses can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 for further details, and proposals must be submitted electronically by the specified due date.
WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
Z--NIFC 210 RMP Insulation Replacement
Buyer not available
The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
FFO Parking Lot Pavement Preservation
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals from small business contractors for the Fillmore Field Office Parking Lot Pavement Preservation project in Millard County, Utah. The project involves essential maintenance tasks such as sealing and repairing cracks, applying seal coats, and replacing pavement markings across approximately 12,859 square yards of parking facilities. This initiative is crucial for maintaining infrastructure integrity and ensuring safe environments for personnel and visitors at the site. Interested contractors must submit their proposals by April 24, 2025, with the contract expected to be awarded in spring 2025, and a performance period scheduled from May 1 to June 30, 2025. For further inquiries, potential bidders can contact Tori Blunt Mayes at tbluntmayes@blm.gov or by phone at 435-781-4445.
Y--PARKER SERVICE STATION ROOF REHAB
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the rehabilitation of the roof at the Parker Service Station. The project entails the demolition of the existing roof, installation of new trusses, and application of a standing seam metal roof, with necessary asbestos abatement in specific areas being managed by a certified contractor. This procurement is categorized as a total small business set aside under NAICS code 238160, with an estimated budget between $25,000 and $100,000, and a fixed-price contract will be awarded based on the lowest price technically acceptable method. Interested parties should note that a Request for Proposal (RFP) is expected to be issued around April 28, 2025, and must register on SAM.gov for notifications and submission instructions; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
Y--Roseburg Warehouse Improvements
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is preparing to issue a Request for Proposal for the Roseburg Warehouse Improvements project located in Roseburg, Oregon. This construction contract will involve mobilization, minor demolition, cast-in-place concrete, gypsum board installation, painting, masonry work, ductless mini-split heat pump systems, and electrical requirements, all aimed at enhancing the BLM Roseburg District Office facilities. The project, valued between $100,000 and $200,000, is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a solicitation anticipated to be released around May 1, 2025, and a performance period expected from June to August 2025. Interested parties may direct inquiries to Holand C. Nordholm at hnordholm@blm.gov after the solicitation is issued.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.