Z--OCRACOKE HOUSING SIDING AND WINDOWS
ID: 140P5325R0009Type: Solicitation
AwardedJun 27, 2025
$465.8K$465,771
AwardeeYORKSHIRE INDUSTRIES LLC 420 LEXINGTON AVE NEW YORK NY 10170 USA
Award #:140P5325C0010
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Siding Contractors (238170)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

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 siding and windows at four housing units located in Ocracoke, North Carolina. The project aims to enhance the durability and safety of the housing by replacing deteriorated cedar siding with new #1 Blue Label CERTIGRADE western red cedar siding and installing hurricane-rated impact-resistant windows. This initiative is crucial for maintaining the integrity of the housing facilities in a coastal environment, ensuring compliance with safety standards while minimizing environmental impact. Interested small businesses must submit their proposals by May 23, 2025, at 5 PM EST, with a total contract value estimated between $500,000 and $1,000,000, and a performance period scheduled from September 1, 2025, to December 31, 2025. For further inquiries, contact Ashley Warcewicz at ashley_warcewicz@nps.gov.

    Point(s) of Contact
    Warcewicz, Ashley
    ashley_warcewicz@nps.gov
    Files
    Title
    Posted
    The document addresses questions related to the Ocracoke Housing Siding and Windows project (RFP 140P5325R0009). It clarifies requirements for materials and construction methods to ensure compliance with project specifications. The use of oriented strand board (OSB) is not accepted for wall sheathing due to its low permeability rating; alternatives must have a permeability rating of 50 or above. For flashing around windows, doors, and roof-wall transitions, the preferred materials are 316 stainless steel or enamel-coated steel/aluminum to avoid corrosion in the coastal environment, while copper is excluded. Additionally, the document permits the replacement of multiple adjacent windows with twin or triple double-hung options, provided they fit the same window opening without needing extra structural support. These specifications underscore the importance of material selection and design considerations in addressing the challenges of a coastal setting while adhering to industry standards.
    The National Park Service is requesting proposals for the replacement of cedar siding and windows at four housing units in Ocracoke, North Carolina. Each house, built in 1992, requires new #1 Blue Label CERTIGRADE western red cedar siding due to the deterioration of its original siding. Additionally, one upstairs window in each house will be replaced with a smaller, hurricane-rated window, while the remaining windows will be replaced with impact-resistant options. The project includes demolition, window re-framing, and ensuring proper installation to prevent water intrusion. Work is to be performed in two houses at a time, with the Contracting Officer Representative overseeing quality and compliance with regulations. The proposal must consider safe working conditions, adherence to local building codes, and proper waste disposal, while delivering a one-year warranty on labor and materials. Environmental considerations and minimal impact on park visitors are crucial throughout the project. Overall, this initiative underscores the NPS’s commitment to maintaining the integrity of its properties while ensuring safety and sustainability.
    The U.S. Department of the Interior's National Park Service is seeking feedback on a contractor's past performance regarding a project to replace siding and windows at Ocracoke Housing. The process involves completing a Past Performance Questionnaire (PPQ), which is to be filled out by both the contractor (Section A) and an evaluator (Section B). Evaluators will assess the contractor's relationship with the client, management integrity, quality control, adherence to schedules, and customer satisfaction, using a rating scale from Outstanding to Unacceptable. They will also indicate if the contractor has had any significant performance issues and whether they would consider awarding future contracts. The completed PPQs must be submitted by a specified deadline to the designated contact. It is essential to note that all information gathered is sensitive and intended solely for source selection, prohibiting contractors from using it for promotional purposes. This requirement underlines a careful evaluation of contractor qualifications as part of government procurement processes.
    The document outlines the requirements for an Offeror responding to the federal solicitation 140P5325R0009 for replacing siding and windows at Ocracoke Housing. Offerors must demonstrate relevant prior experience in similar construction projects valued between $500,000 and $1,000,000 that took place within the last five years. Specifically, this includes detailing their own experience as well as that of any proposed subcontractors, providing information on the subcontractor's performance, the agency involved, project location, value, and timelines. The structure of the document encourages a thorough presentation of the Offeror's and subcontractor's capabilities by allowing for additional narrative on continuation pages. The primary focus is on documenting previous successes, challenges faced, and actions taken during past projects to showcase qualifications for this contract. Overall, the document serves to solicit qualified bidders for a government-funded construction project, emphasizing the need for proven experience in relevant work to ensure project success.
    The document pertains to various requests for proposals (RFPs) and grants at federal, state, and local levels, focusing on the support provided for projects within specific sectors. It outlines requirements for applicants, details the evaluation criteria for submissions, and emphasizes the importance of compliance with established standards and regulations. Key components include project objectives, eligibility criteria, budget considerations, and a timeline for proposal submissions. There is a strong emphasis on transparency, sustainability, and accountability, encouraging applicants to demonstrate how their projects align with government priorities, including public benefit and community engagement. By fostering collaboration and innovation, these RFPs aim to stimulate economic growth and improve services. The document serves as a guideline for potential applicants to prepare comprehensive and competitive proposals that meet the outlined specifications and ultimately contribute to the objectives of government initiatives.
    The government document outlines contractual details related to a federal contract, specifying the type of set-aside, total contract value, and performance periods. It categorizes payments made to prime contractors, similarly situated subcontractors (SSS), and non-similarly situated subcontractors (NSS) across multiple task orders. With placeholders for various payment amounts, the document emphasizes the necessity of reporting limits on subcontracting, reflecting compliance with regulations. The key components include a report on the performance period, total amounts paid by the government, and calculations of subcontracting percentages. The document follows a structured template for reporting financial distributions, facilitating oversight on subcontractor utilization in relation to regulatory frameworks. Overall, it serves as a vital tool for ensuring adherence to government contracting stipulations through thorough documentation of financial transactions and subcontracting limits, enhancing transparency and accountability within federal procurements.
    The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the definitization of equitable adjustments for change orders in construction contracts. It emphasizes that federal agencies must provide a description of relevant policies and procedures, as well as data concerning the time needed to definitize such adjustments. This information is crucial for ensuring clarity and accountability in managing changes to construction contracts. The provided link directs users to additional details and resources pertinent to construction contract administration, thereby facilitating adherence to these regulations. This summary emphasizes the government’s commitment to establishing consistent procedures for addressing changes in construction contracts, which is essential for effective project management and compliance within federal and state/local contracting frameworks.
    The pre-solicitation notice 140P5325R0009 details an upcoming project to replace siding and windows for four National Park Service (NPS) housing units on Ocracoke Island, NC. The project is classified under construction maintenance (siding contractors) and has a value between $500,000 and $1,000,000, with a completion date set for December 31, 2025. The solicitation documents will be available electronically on the SAM website, and no paper copies will be distributed. Interested vendors are encouraged to maintain an active registration in the System for Awards Management (SAM) to participate. The announcement highlights the government's commitment to maximizing opportunities for small businesses, including veteran-owned and women-owned entities, in the procurement process. It further outlines procedural guidelines according to federal acquisition regulations regarding equitable adjustments for construction contracts. While this is not a solicitation, it serves as an advance notification for potential bidders with the solicitation expected to be issued on April 23, 2025. Vendors are advised to regularly check for updates.
    The CAHA Siding and Windows project, identified by RFP 140P5325R0009, outlines specifications for window and siding replacement in residential properties. Key points include the use of self-adhesive flashing tape and bent metal flashing secured with stainless steel roofing nails at window and door corners. The project specifies that existing sheetrock walls will require touch-up painting, matching the current color and sheen. Contractors are required to provide their own storage solutions, as onsite units are not available. The scope mandates the use of #1 Blue Label CERTIGRADE western red cedar 18-inch siding, explicitly prohibiting cedar shake siding. The existing 27 windows per house will be reduced to 26 windows following replacements. Waste disposal options include local rental services like Pick up Man and others. All exterior installations involve two layers over plywood, including a water-permeable sheathing and waterproof underlayment. The porch ceiling wood is not scheduled for replacement. The document serves as a crucial guide for contractors in executing the renovation project, ensuring compliance with specified materials and methods while addressing logistical considerations.
    The document is a sign-in sheet for a site visit associated with federal Request for Proposals (RFP) numbered 140P5325R0009. It lists the names, companies, and contact information of representatives from various construction firms who attended the site visit. The participants include individuals from Range Construction, Hardigan Delaware, ARC Inc., Storm Guard, and CJ Deans, with their respective points of contact provided. This sign-in sheet serves as a record of attending contractors, essential for tracking stakeholder involvement and ensuring transparency in the procurement process linked to federal grants and state/local RFPs. The compilation of participants indicates competitive interest and collaboration among construction firms concerning the project or contract referenced.
    The document outlines Amendment 1 to a solicitation titled 140P5325R0009, issued by the National Park Service (NPS). The amendment modifies existing contract terms and clarifies procedures for acknowledging receipt of the amendment, emphasizing importance for timely submission which is critical to avoid rejection of offers. The document includes a deadline for proposals set for May 23, 2025, at 5 PM EST, and establishes a performance period from September 1, 2025, to December 31, 2025. Additionally, it presents answers to questions posed during the procurement process and indicates site visit participants. The amendment adheres to federal guidelines, specifically FAR 43.103(b), maintaining all other terms and conditions of the original solicitation. It requires signatures from both the contracting officer and the contractor, outlining administrative changes to the contract. This amendment serves to facilitate clarity and compliance in the bidding process for contractors responding to government RFPs, ensuring all participants are informed and adhering to regulatory requirements.
    The document is an amendment to solicitation number 140P5325R0009, issued by the National Park Service, modifying essential terms and clarifying requirements for bidders. It emphasizes that bidders must acknowledge receipt of this amendment by specific methods to avoid rejection of their offers, with a deadline for submissions set for May 23, 2025, at 5 PM EST. The period of performance for the associated contract is from September 1, 2025, to December 31, 2025. The amendment includes additional questions and answers, providing clarity for potential contractors. It outlines the administrative changes to contracts and confirms that all terms and conditions in the original solicitation remain unchanged unless specified otherwise. The document’s purpose is to facilitate bidding under federal guidelines while ensuring compliance with procurement processes.
    The document outlines a government solicitation for a construction project focusing on replacing exterior cedar siding and windows with hurricane-rated impact-resistant windows for four houses in Ocracoke, North Carolina. The total contract value is estimated between $500,000 and $1,000,000, with a set-aside for small businesses. Contractors are required to start work within 15 calendar days after receiving a notice to proceed, and the complete work must be finalized within 90 calendar days, with a performance period from September 1, 2025, to December 31, 2025. The solicitation specifies that contractors must submit their proposals in sealed envelopes, adhere to various requirements related to performance bonding, inspection, and warranties. Additional clauses prohibit the use of lead-based paint and outline liability insurance requirements for contractors. The document encompasses comprehensive clauses related to past performance assessments, subcontracting limitations, and payroll regulations, ensuring compliance with Executive Order minimum wage standards. Overall, this solicitation represents a structured approach to federal contracting aiming to improve housing quality while prioritizing small business participation and environmental safety.
    Similar Opportunities
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    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.
    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.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of recreation facilities as part of the Rend Trail and Bridges Construction project at New River Gorge National Park in Glen Jean, West Virginia. The project entails the rehabilitation of five bridges, the replacement of timber cribbing walls, and improvements to trailheads, with a performance period set from January 5, 2026, to September 29, 2028. This opportunity is significant for enhancing recreational infrastructure and ensuring safety and accessibility within the park. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.
    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.