Building 2-3 Roof Replacement (Morris, MN)

SOL #: 1232SA26Q0146Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Morris, MN

NAICS

Roofing Contractors (238160)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 4, 2026, 6:00 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 Department of Agriculture (USDA) Agricultural Research Service (ARS) has issued a solicitation for the Building 2-3 Roof Replacement project at the North Central Soil Conservation Research Laboratory (NCSCRL) in Morris, MN. This is a Firm Fixed-Price procurement conducted as a Total Small Business Set-Aside. Quotations are due by March 4, 2026.

Scope of Work

The contractor shall provide all labor, materials, and equipment to replace the existing roofing system on Building 2-3. Key tasks include:

  • Demolition: Complete removal of the existing roofing system down to the metal deck, including rubber membranes, insulation, substrate boards, and associated flashing/trim.
  • Installation: Furnishing and installing a new EPDM roofing system, including vapor barriers, roof insulation, coverboards, walkways, and coping.
  • Mechanical/Structural: Modification of vent pipe flashing and the protection, disconnection, and re-installation of roof-mounted HVAC units to accommodate new roof heights.
  • Compliance: All work must meet Minnesota State Building Codes and Factory Mutual (FM) ratings. The contractor is responsible for the legal disposal or recycling of all removed components.

Contract & Timeline

  • Type: Firm Fixed-Price
  • Set-Aside: Total Small Business (NAICS 238160, size standard $19M)
  • Site Visit: Scheduled for February 11, 2026, at 9:00 AM CT (RSVP by Feb 10).
  • Questions Due: February 18, 2026, by 12:00 PM CT.
  • Response Due: March 4, 2026, at 6:00 PM Z (12:00 PM CT).

Evaluation

Award will be made using the Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include:

  1. Technical Acceptability
  2. Specialized Experience (2-3 similar projects within the last 5 years)
  3. Key Personnel (Superintendent and SSHO resumes)
  4. Past Performance (Minimum 3 examples)
  5. Price

Additional Notes

Offerors are strongly encouraged to visit the site to verify existing conditions. Submittals, including product data and shop drawings, are required post-award. Work must be scheduled to minimize disruption to ongoing research facility operations.

People

Points of Contact

Spencer HamiltonPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Building 2-3 Roof Replacement (Morris, MN) | GovScope