USACE Pittsburgh District (LRP) requests the response of all capable contractors interested in furnishing all labor, equipment, devices, and materials to perform all work required to remove and replace the entire roof of the Bossard Building at Woodcock Creek Lake in Saegertown, PA. The work to be performed includes disposal of all roofing materials, including all flashing, pipe boots, drip edges, shingles and roof felt, and replacement with new roofing underlayment, ice barrier and shingles, new roof ridge cap, new pipe boots, new louvered attic vents, and new flashing around all roof penetrations. Gutters and downspouts on all the eaves shall be removed and replaced with new aluminum seamless gutters with gutter guards and downspouts. incidental related work as indicated in the construction documents.
Note: This is a “sources sought” notice for planning purposes only. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future solicitation.
If this effort is set aside, FAR clause 52.219-14(e)(4), Limitations on Subcontracting, will apply. The contractor agrees that it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
The solicitation will be conducted under NAICS code 238160 with an associated small business size standard of $19,000,000 average annual revenue. No set-aside determination has been made at this time.
DESCRIPTION
Capable sources are sought to perform roof replacement on Bossard Building at 21678-22090 State Route 198, Saegertown, PA . The anticipated period of performance is 270 days.
The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications.
The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards.
The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work.
RESPONSE PROCEDURE
To assist with planning, the GOV requests interested contractors submit the following by 12:00 p.m. EDT, 27 August 2025:
(1) A positive statement of intent to submit a bid or proposal for this solicitation as a prime contractor. Include a description of how the 75 percent subcontracting requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for.
(2) A capability statement.
(3) Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);
All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, 8(a), HUBZone, WOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered ‘not interested’ in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Leanna Lesefka, Contract Specialist, at leanna.c.lesefka@usace.army.mil , and copy Connie Ferguson, Contracting Officer, at connie.l.ferguson@usace.army.mil.