JOFI-REPLACE ASPHALT ROOF AT KENNEDY NHS
ID: 140P4325R0015Type: Solicitation
AwardedMay 29, 2025
$24.3K$24,252
AwardeeURBAN REMODELING LLC 9630 MILESTONE WAY APT 4100 College Park MD 20740 USA
Award #:140P4325C0007
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF MUSEUMS AND EXHIBITION BUILDINGS (Z1JA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the asphalt roof at the John Fitzgerald Kennedy National Historic Site in Brookline, Massachusetts. The project requires contractors to provide all necessary labor, materials, tools, and supervision to remove the existing roof and install new asphalt shingles that match the original specifications, while adhering to historic preservation protocols. This initiative underscores the government's commitment to maintaining and preserving national heritage sites, ensuring visitor safety and historical integrity. The estimated project cost ranges from $25,000 to $100,000, with a completion timeline of 45 calendar days following the Notice to Proceed. Interested contractors can contact Jason Albright at Jason_Albright@nps.gov or by phone at 617-519-6145 for further details.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The project involves the replacement of the asphalt roof at the John F. Kennedy National Historic Site in Brookline, MA. It requires the removal of the existing worn 3-tab asphalt roof and installation of new asphalt shingles that match the original specifications. The scope includes protecting existing structures during the process and addressing unique architectural elements like dormers and chimneys. Work is restricted to Mondays and Tuesdays, accommodating the site’s visitor schedule. Contractors must adhere to historic preservation protocols due to the site's significance. The contractor will be selected through competitive bidding and will be responsible for worksite administration, including safety measures, equipment handling, and debris removal. A preconstruction meeting will ensure thorough communication of project complexities, and compliance with safety regulations is mandatory. The project aims for completion within 45 days, with strict adherence to quality standards for materials and workmanship. Overall, this undertaking reflects the National Park Service's commitment to maintaining and preserving national heritage sites while ensuring visitor safety and historical integrity.
    The document, titled "General Decision Number: MA20250001," outlines wage determinations for construction projects in Massachusetts, specifically for building constructions excluding single-family homes and low-rise apartments. This determination is influenced by the Davis-Bacon Act, mandating minimum wage rates set under Executive Orders 14026 and 13658 for federally funded contracts. For contracts initiated or renewed after January 30, 2022, a minimum wage of $17.75 applies, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30. The document specifies wage rates for various construction roles, such as insulators, boilermakers, bricklayers, electricians, and laborers, categorized by distinct geographical zones in the state. Additionally, it discusses worker classifications, requirements for paid sick leave, and processes for appealing wage determinations. This comprehensive labor standards document is essential for contractors and project managers engaged in federal or state-funded construction projects, ensuring compliance with wage laws and standard worker protections in Massachusetts.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) related to construction contract administration. It mandates federal agencies to provide detailed descriptions of their policies and procedures regarding the definitization of equitable adjustments for change orders in construction contracts. Additionally, it emphasizes the need to report data on the duration necessary to complete these adjustments. For further information, a link to the U.S. Department of the Interior's policy on construction contracts is provided. This framework is essential for ensuring accountability and transparency in federal construction contracts, facilitating budget management, and minimizing disputes arising from changes during the contract execution. The content is particularly pertinent to stakeholders involved in federal and state/local RFP processes, helping them understand compliance requirements for equitable adjustments in construction projects.
    The National Park Service is issuing a Request for Proposal (RFP) for the replacement of the asphalt roof at the John Fitzgerald Kennedy National Historic Site in Brookline, Massachusetts. This project requires the contractor to supply all necessary labor, materials, tools, and supervision for the roof replacement, as detailed in the attached Statement of Work. The estimated total cost of the project falls between $25,000 and $100,000. Key requirements include the contractor commencing work within seven calendar days of receiving the Notice to Proceed and completing the project within 45 calendar days. Various clauses and provisions govern the contract, including inspection protocols and payment processes via an electronic invoicing platform. Additionally, contractors must comply with multiple federal regulations regarding labor and safety. The document emphasizes thorough compliance and inspection accountability to ensure quality assurance during the project. This effort reflects the government's commitment to maintaining and upgrading historical sites in line with their cultural value and historical significance.
    Lifecycle
    Similar Opportunities
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    089495-26-A-0018 Farmington, NM MPO Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the Farmington Main Post Office located at 2301 E. 20th Street, Farmington, NM. The project requires contractors to provide all necessary materials, labor, and services to remove the existing roof system, inspect for damage, and install a new fully-adhered 60-mil PVC roof system, along with necessary repairs and insulation, adhering to applicable codes and regulations. The estimated cost for this project ranges from $750,000 to $1,500,000, with a completion deadline of 180 calendar days after the Notice to Proceed. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by January 28, 2026, and are encouraged to attend a pre-proposal meeting on January 15, 2026. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    089495-26-A-0015 N. Charleston, SC Charleston P&DC Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the North Charleston Processing and Distribution Center (P&DC) in South Carolina. The project entails comprehensive roof work, including the removal of the existing roof system, inspection for damage, and installation of a new 80-mil PVC roof system, along with necessary repairs and lightning protection work. This opportunity is significant for roofing contractors, with an estimated project cost between $4 million and $5 million, and a completion timeline of 180 calendar days post-award. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by December 29, 2025, and are encouraged to attend a pre-proposal meeting on December 9, 2025. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    Z--Nicodemus NHS - Tuckpoint Masonry & Painting
    Interior, Department Of The
    The National Park Service (NPS) is conducting a market survey to identify qualified contractors for a tuckpointing, masonry, and painting project at Nicodemus National Historic Site in Kansas. The project involves cleaning approximately 3,747 square feet of exterior stone and brick, removing and replacing loose mortar, and inspecting and replacing glazing on multiple pane steel frame windows. This work is crucial for the preservation of the historic site and is anticipated to commence in late March 2026, with a project magnitude estimated between $25,000 and $100,000. Interested small businesses must be registered in the System for Award Management (SAM) under NAICS code 238140 and submit their responses, including a capability statement and bonding limits, via email to Adam Kircher at adamkircher@nps.gov by December 23, 2025, at 1200 CST.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This procurement is a Total Small Business Set-Aside, allowing only pre-approved Roofing MACC Contractors to submit bids for the project, which has an estimated cost between $1,000,000 and $5,000,000 and requires completion within 450 days post-award. The solicitation emphasizes strict adherence to safety standards, personnel qualifications, and electronic management protocols, with proposals due by January 15, 2026, at 2:00 PM EST. Interested contractors can contact Jessica Huebner or Lauren Loconto for further details and clarification.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.