Level 2 FRP Over Lab Ceilings Installation- COFC0401
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 Centers for Disease Control and Prevention (CDC) is soliciting proposals for the Level 2 FRP Over Lab Ceilings Installation (COFC0401) project at its Fort Collins, CO campus. This Historically Underutilized Business (HUBZone) Set-Aside opportunity requires the repair and refinishing of gypsum board ceilings and walls in laboratory and ancillary spaces by covering them with smooth, white fiberglass reinforced polymer (FRP) panels and trim. The estimated magnitude of construction is between $500,000 and $1,000,000. Proposals are due April 22, 2026, at 4:00 PM EST.
Scope of Work
The contractor will be responsible for all materials, equipment, labor, and supervision to install FRP panels and trim on designated gypsum board ceilings and walls on the second floor of Building 401. Key tasks include:
- Demolition of delaminated ceiling portions, surface preparation, and installation of FRP panels and trim using FRP-specific adhesive and fasteners.
- Sealing all ceiling panel joints, edges, trims, and perimeters with white sealant.
- Installation of FRP on concrete columns and sealing openings around existing ceiling-mounted items (sprinkler heads, sensors, lights).
- Coordination with CDC for phased access, space decontamination, and minimizing disruption to ongoing operations, prioritizing Select Agent, BSL-3, ABSL-3, and BSL-2 spaces.
- Compliance with all applicable health, safety, and environmental regulations, including fire watch during sprinkler system downtime.
- Disconnecting and reconnecting utilities as needed, and performing noisy activities after normal business hours.
- Providing standard manufacturer's warranties and a one-year labor and workmanship warranty.
Contract Details & Timeline
- Contract Type: Firm Fixed Price General Construction (Combined Synopsis/Solicitation).
- Set-Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
- Period of Performance: 180 calendar days after Notice to Proceed.
- Magnitude of Construction: Between $500,000 and $1,000,000.
- Proposal Due Date: April 22, 2026, 4:00 PM EST.
- Requests for Information (RFIs) Deadline: April 8, 2026, 4:00 PM EST.
- Published Date: March 25, 2026.
Evaluation & Submission
This acquisition will use a Lowest Price Technically Acceptable (LPTA) source selection methodology. Proposals will be evaluated on:
- Past Experience
- Management Approach
- Past Performance
- Price Offerors must receive an 'Acceptable' or higher rating for all non-price factors to be considered for award. A bid guarantee (lesser of 20% of proposed price or $3,000,000) is required. Proposals must be submitted electronically and remain valid for 120 calendar days.
Special Requirements & Notes
- Minimum Vendor Qualifications: Offerors must demonstrate at least three years of experience with similar construction and interior finish projects.
- Non-Disclosure Agreements (NDAs): Contractor employees will be required to sign a CDC-provided NDA, imposing strict confidentiality and potentially restricting future competitive bidding if procurement-sensitive information is accessed.
- Wage Determination: Bidders must comply with the General Decision Number (GDN) for building construction in Larimer County, CO, which establishes minimum prevailing wage rates and fringe benefits.
- Site Visit: A site visit is strongly encouraged.
- Accessibility: Compliance with Section 508 and ICT accessibility standards is required.
- Contact: Brad Edwards (xsw3@cdc.gov).