DWA Storage Building Insulation Spray
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 U.S. Army Corps of Engineers, Walla Walla District, is soliciting quotes for DWA Storage Building Insulation Spray services. This opportunity, designated as a Total Small Business Set-Aside, requires the installation of Firestable FS 2.0 spray foam insulation in a storage building located near Dworshak Dam and Reservoir in Idaho. The contract will be awarded as a Firm Fixed-Price agreement. Quotes are due by May 4, 2026, at 11:00 AM local time.
Scope of Work
The primary service involves applying Firestable FS 2.0 spray foam insulation to the interior surfaces of a traditional metal building (40'x60' with 14' walls and a 2/12 roof pitch). Minimum application thickness is 4 inches on interior walls and 2.5 inches on interior ceiling surfaces. The contractor is responsible for all material handling, site preparation, and protection of existing equipment. Key requirements include providing certificates of installer training and authorization from Firestable, ensuring surfaces are clean and dry before application, and protecting electrical outlets, doors, and the floor.
Contract Details
- Opportunity Type: Solicitation (Request for Quote - RFQ)
- Product Service Code (PSC): J056 (Maintenance, Repair And Rebuilding Of Equipment: Construction And Building Materials)
- NAICS Code: 238310 (Drywall and Insulation Contractors)
- Size Standard: $19,000,000.00
- Contract Type: Firm Fixed Price
- Period of Performance: May 15, 2026, through June 30, 2026 (work intended to be performed as early as practicable within this timeframe). The overall contract period is March 31, 2026, to March 30, 2027.
- Place of Performance: Garco building, north side of the North Fork of the Clearwater River adjacent to Dworshak Dam.
Submission & Evaluation
- Quote Due Date: May 4, 2026, at 11:00 AM local time.
- Required Documents:
- Signed and dated Standard Form 1449.
- Signed and dated Standard Form 30 (if applicable).
- Completed pricing schedule for all line items.
- Descriptive materials (brochures, illustrations, data sheets, material certifications, warranty) demonstrating compliance.
- Evaluation: Award will be made to the responsible offeror meeting or exceeding all solicitation requirements and representing the best value based on price. Quotes lacking required documentation may be deemed technically unacceptable.
- Inquiries: Must be submitted via ProjNet using Bidder Inquiry Key: 5MU2MQ-TT58HI. Telephone and email inquiries will not be accepted.
Key Requirements & Compliance
- Set-Aside: Total Small Business.
- Registration: Offerors must be registered in the System for Award Management (SAM.gov) to be eligible for award.
- Labor Standards: Compliance with Service Contract Act (SCA) wage determinations is required, including specific minimum wage rates and fringe benefits for occupations in the relevant Idaho counties. This includes Health & Welfare ($5.55/hr), vacation, holidays, and compliance with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).
- Safety & Quality: Work must adhere to NFPA 275 standards, manufacturer specifications, and applicable safety requirements. A minimum one-year warranty on labor and workmanship is required. The contractor must submit an Activity Hazards Analysis (AHA) for Government review.
- E-Verify: Compliance with FAR clause 52.222-54 Employment Eligibility Verification (E-Verify) is mandatory.
- Site Conditions: No Government-furnished materials or services will be provided, and no sanitation facilities are available at the work site.