Ottawa National Forest Ottawa Lake Day Use Building Roof 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 quotations for the Ottawa National Forest Ottawa Lake Day Use Building Roof Replacement project in Iron River, MI. This is a Total Small Business Set-Aside for the removal and replacement of an asphalt shingled roof. Quotations are due March 12, 2026, by 5:00 PM ET.
Scope of Work
This Request for Quotation (RFQ) seeks a contractor to remove and replace the asphalt shingled roof of the Lake Ottawa Day Use Building, located at Lake Ottawa Road, Iron River, MI 49935 (GPS: 46.077350°, -88.763952°). The project involves comprehensive re-roofing, including the removal of existing materials and installation of new roofing components such as sheathing, shingles, flashing, and drip edge. Architectural drawings (Attachment 4) provide detailed floor plans and exterior elevations critical for understanding the building's structure and the scope of work.
Key Requirements & Deliverables
- Roof Replacement: Complete removal and replacement of the asphalt shingled roof.
- Material Specifications: Use "30-year" asphalt shingles from approved manufacturers (GAF, CertainTeed or equal), matching existing shingles in color and product line (e.g., Timberline HD, Landmark). Ridge shingles must match roof shingles.
- Ventilation & Underlayment: Install specified ridge vents (GAF Cobra Snow Country, Air Vent Inc. ShingleVent II or equal), ice/water shield (GAF Weatherwatch, CertainTeed WinterGuard or equal), and 2-5/8" x 1-1/8" galvanized drip edge. Synthetic underlayment from the same manufacturer as the shingles is required.
- Site Access & Staging: Staging is limited to the immediate project area, requiring coordination with the Contracting Officer's Representative (COR). Barriers and flagging must be used for public safety. Individual site visits are permitted, though no formal visit is planned, and snow may be present.
Contract Details
- Contract Type: Firm Fixed Price purchase order.
- Award Type: Single award to one offeror.
- Performance Period: 90 days after receipt of Notice To Proceed (NTP); early completion is accepted.
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 237990 (Other Heavy and Civil Engineering Construction), Small Business Size Standard: $37M.
Submission & Evaluation
- Submission Method: Quotes must be emailed to Cassandra Potts (cassandra.potts@usda.gov).
- Required Documents: A complete quote package must include a filled-out and signed Attachment 2 - Schedule of Items.
- Quote Validity: Offerors must hold prices firm for 90 calendar days from the offer receipt date.
- Evaluation Criteria: Award will be based on Price, representing the best value to the Government. Quotes will be evaluated for fairness and reasonableness per FAR 12.204. Failure to provide pricing for all base items may result in exclusion.
Important Dates & Contacts
- Questions Due: March 10, 2026, by 3:00 PM ET.
- Quotations Due: March 12, 2026, by 5:00 PM ET.
- Primary Contact: Cassandra Potts (cassandra.potts@usda.gov).
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Attachment 5 provides Wage Rates for Iron County, MI, which bidders should consider for labor costs.