Building 2-3 Roof Replacement (Morris, MN)
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 Agricultural Research Service (ARS) is seeking quotes for the Building 2-3 Roof Replacement project at the North Central Soil Conservation Research Laboratory (NCSCRL) in Morris, MN. This is a Total Small Business Set-Aside acquisition, issued as a Request for Quotation (RFQ) under solicitation number 1232SA26Q0146. An amendment (0001) has been issued to provide the site visit sign-in sheet and clarify bonding requirements in the revised Solicitation Terms and Conditions. Quotes are due by March 4, 2026, at 6:00 PM ET.
Scope of Work
The project involves the complete removal of the existing roofing system on Building 2-3 down to the metal deck, including all layers and associated flashing, coping, and trim. The contractor will then furnish and install a new EPDM roofing system, including substrate board, vapor barrier, roof insulation, coverboard, walkways, flashing, coping, trim, and accessories. This also includes replacing coping-flashing installations, modifying/extending vent pipe flashing and equipment curbs, and potentially protecting/re-installing roof-mounted HVAC units if height adjustments are necessary. All work must result in a complete, properly functioning, weather-tight installation that meets manufacturer's warranty requirements and complies with applicable building codes (Minnesota State Building Codes, NEC, FM ratings).
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (NAICS 238160, size standard $19M)
- Response Due: March 4, 2026, 6:00 PM ET
- Published Date: February 13, 2026
- Place of Performance: Building 2-3, NCSCRL, 803 Iowa Avenue, Morris, MN 56267
- Period of Performance: To be indicated in Contract Documents, beginning after Notice to Proceed.
Submission & Evaluation
Quotes must be submitted via email to spencer.hamilton@usda.gov. Required submission elements include a company letterhead quote, pricing, SAM UEI, acknowledgement of all amendments (SF-30), active SAM.gov registration, completed electronic representations and certifications, detailed descriptions of 2-3 similar projects within the last five years, resumes for Key Personnel (Site Superintendent and Safety Manager), and Past Performance information. The government intends to make one award based on a Lowest Price Technically Acceptable (LPTA) evaluation, considering Technical Acceptability, Specialized Experience, Key Personnel, Past Performance, and Price. Prices must be held firm for 90 calendar days. For proposals over $150K, a bid guarantee of 20% (max $3M) is required. Payment bonds are required for awards over $35,000, and Performance bonds for awards over $150,000.
Additional Notes
Bidders are responsible for legal disposal of removed components. Prevailing wage rates (Davis-Bacon Act) for Stevens County, MN, apply. Contractors must submit a Construction Progress and Payment Schedule (Form ARS-371) within 14 days of Notice to Proceed and use Form ARS-372 for payment requests.