CUSTER GALLATIN NATIONAL FOREST - West Yellowstone Fire Center Roofing Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 USDA Forest Service is soliciting proposals for Roofing Replacement at the West Yellowstone Fire Center in West Yellowstone, MT. This Total Small Business Set-Aside opportunity involves replacing the existing EPDM roof system and potentially performing upper-level wall and window repairs. The project magnitude is estimated between $100,000 and $250,000. Proposals are due by March 24, 2026, at 4:00 PM Mountain Time.
Scope of Work
This project requires furnishing all labor, materials, equipment, tools, transportation, and supplies to complete the roofing replacement. Key tasks include:
- Removal and disposal of the existing EPDM roof system, old cover boards, and original Built Up Roof (BUR).
- Installation of a new EPDM roofing membrane system (Black EPDM is acceptable).
- Installation of 3" PolyIso insulation with integrated cover board.
- Replacement of metal facia and trim.
- Removal of two radio antennas and salvage/reattachment of a Starlink antenna.
- Repair of water-damaged decking materials.
- Option Item 1: Repair of upper-level wall and window, including demolition, framing, insulation, sheetrock, siding, trim, and installation of two new windows.
Contract Details
- Contract Type: Combined Synopsis/Solicitation, anticipated Firm Fixed Price.
- Product/Service Code: Z1AA (Maintenance Of Office Buildings).
- NAICS Code: 238160 (Roofing Contractors) with a $19.0M size standard.
- Magnitude: Between $100,000 and $250,000.
- Period of Performance: May 01, 2026, to June 15, 2026.
- Bonds: A 20% bid bond/offer guarantee is required if the quote exceeds $150,000. Performance and payment bonds (100% of contract price) are required for awards over $150,000, and a payment bond for awards between $35,000 and $150,000.
Submission & Evaluation
- Quotes Due: March 24, 2026, 4:00 PM Mountain Time.
- Questions Due: March 19, 2026, 4:00 PM Mountain Time.
- Evaluation: Award will be based on best value to the Government, primarily considering Experience and Past Performance. Quoters must submit a narrative (max 5 pages) detailing at least five relevant projects completed within the last five years, using Attachment 5 (Past Performance Questionnaire).
- Required Submittals: Work Schedule, Safety Plan, and Materials list.
- Pricing: Bidders must complete Attachment 2 (Schedule of Items) with unit and total prices for all items, including the base scope and optional item.
- Wage Rates: Bidders must adhere to prevailing wage rates as detailed in Attachment 4 (DB Wage Determination MT20260033).
- Registration: Offerors must be registered in SAM.gov.
Site Visit & Contacts
No pre-bid tour will be conducted. Site visit information can be obtained by contacting Zac Hiedeman. For general inquiries, contact Lisa Rakich (lisa.rakich@usda.gov, 406-491-0561) or Zac Hiedeman (zachary.hiedeman@usda.gov, 208-842-2245).