127EAW26Q0014 - Los Padres NF Roofing & Siding Repairs

SOL #: 127EAW26Q0014Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA SOUTHWEST 6
Albuquerque, NM, 871023498, United States

Place of Performance

Los Olivos, CA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Maintenance Of Office Buildings (Z1AA)

Set Aside

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

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Apr 1, 2026, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Forest Service (USDA-FS) is soliciting proposals for Roofing and Siding Repairs at various facilities within the Los Padres National Forest, California. This Total Small Business Set-Aside opportunity, identified as 127EAW26Q0014, has an estimated magnitude between $500,000 and $1,000,000. An amendment has been issued to provide official responses to Requests for Information (RFIs). Quotes are due April 1st, 2026, at 1:00 PM Pacific Time.

Scope of Work

This project involves comprehensive roofing and siding repairs across multiple locations, including Figueroa Mountain Fire Station, Pozo Station, Los Prietos Compound, Rincon Fire Station, and Pine Canyon Warehouse. Tasks include the removal and disposal of existing roofing and siding materials, installation of new roofing systems (asphalt shingles, metal roofing, plywood sheathing), siding replacement (potentially fiber cement), gutter and downspout work, and replacement of exterior man-doors, trim, and fascia. The scope also covers upgrades to windows and exterior lights, site preparation, and associated electrical work. Potential for lead-based paint (LBP) and asbestos-containing materials (ACM) is noted, requiring contractors to comply with specific removal and disposal procedures. A Fire Plan outlines prevention and suppression responsibilities, including adherence to Project Activity Levels (PALs) and specific tool requirements.

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: 180 calendar days from Notice to Proceed (NTP), with work commencing within 10 calendar days of NTP.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238990 (All Other Specialty Trade Contractors) with a $19M size standard.
  • Bonds: Performance and Payment Bonds are required within 10 calendar days after award. A 20% Bid Guarantee is required for projects over $150,000.
  • Offer Acceptance: 60 calendar days from the quote due date.

Submission & Evaluation

  • Quote Submission: Email quotes to the Contracting Officer, Gregory Cunningham (Gregory.Cunningham@usda.gov).
  • Quote Due Date: April 1st, 2026, 1:00 PM Pacific Time.
  • RFI Due Date: March 20th, 2026, 1:00 PM Pacific Time (no further questions accepted after this).
  • Required Documents: Signed SF1442, Schedule of Items (Attachment 3), Technical Approach, and Past Performance.
  • Evaluation Criteria: Best Value, considering Technical Approach, Past Performance, and Price. Award will prioritize the highest technically rated offeror with fair and reasonable pricing and acceptable past performance.
  • Site Visit: No organized site visit will be held; offerors are responsible for independent site inspections.

Key Updates & Notes

An amendment (A00001) posted on March 26th, 2026, incorporates official RFI responses. Key clarifications include:

  • Workmanship Warranty: SECTION 07 46 46 FIBER-CEMENT SIDING, para 1.5, B has been removed. Warranty of construction shall meet FAR 52.246-21 requirements.
  • Hazardous Material Survey: The Government will not provide any reports or surveys regarding LCP and/or Asbestos. Failure to use the revised documents and requirements from the RFI responses will result in a non-responsive proposal. Compliance with Davis-Bacon Act prevailing wage rates for Santa Barbara County, CA, is mandatory. Offerors must have an active entity registration at SAM.gov.

People

Points of Contact

Greg CunninghamPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
127EAW26Q0014 - Los Padres NF Roofing & Siding Repairs | GovScope