Replace Roof and Gutter - CNHP
ID: 140P4225Q0013Type: Solicitation
AwardedAug 13, 2025
$26.6K$26,600
AwardeeGrainger Contracting and Services, LLC 2265 ROSWELL RD STE 301 Marietta GA 30062 USA
Award #:140P4225P0032
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the site and ensuring the longevity of the structure. Interested contractors must submit sealed bids by 1200 EDT on May 9, 2025, with a performance period scheduled from June 2, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Melvin Gartrell at melvin_gartrell@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Colonial National Historical Park in Williamsburg, Virginia, has issued a Request for Proposal (RFP) for a project to replace the roof and gutters of the housing quarters located at 109 Jefferson St. The contract entails removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and replacing gutters along with the installation of gutter guards. The work must protect the building and its contents while following OSHA safety guidelines. The project includes additional tasks such as inspecting existing roof supports, replacing flashing and fascia, and ensuring materials match existing conditions. The contractor is responsible for providing all necessary resources, including personnel and supervision, and must meet local, state, and federal standards. The performance period is set from 8 AM to 4 PM, and all work must be completed with minimal disruption to the facility's occupancy. Final payment is contingent upon completing the project satisfactorily and addressing any deficiencies noted during inspections. This RFP reflects standard practices for federal contracts, focusing on quality assurance, compliance, and contractor accountability in maintaining historical integrity while managing renovation projects.
    The document comprises photographic documentation of the Jefferson Street House's condition, focusing on various structural views including the front, garage, sides, and back of the house. Key observations highlight notable issues such as a missing gutter and downspout at the back of the house, which could contribute to water damage and structural concerns. The log categorizes images based on different perspectives, facilitating a comprehensive assessment of the property’s current state. This documentation serves vital purposes for potential federal or state funding applications regarding repairs or renovations of the house, ensuring compliance with local standards and paving the way for future housing improvements. Overall, the photograph log is instrumental for stakeholders involved in assessing the property for further action.
    This document is an amendment to solicitation number 140P4225Q0013 issued by the National Park Service, modifying the existing offer terms and extending key deadlines. The amendment establishes a new solicitation submission deadline of 1200 EDT on May 9, 2025, along with an extension for Request for Information (RFI) submissions due by 1200 EDT on May 1, 2025. All RFIs should be directed to Melvin Gartrell via the provided email. The period of performance for the contract is set from June 2, 2025, to September 30, 2025. To acknowledge receipt of this amendment, the offeror must respond through specified methods, ensuring compliance with the procedures outlined to avoid rejection of bids. The document indicates that, aside from the changes noted, all other terms and conditions remain in effect, maintaining continuity in contractual obligations. This amendment serves to update and clarify solicitation timelines, ensuring prospective contractors have ample opportunity to submit their bids and clarifications prior to the deadline.
    The government solicitation (NO. 140P4225Q0013) issued by the National Park Service under the Department of the Interior seeks proposals for replacing the roofing and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The contractor is required to commence work within 14 calendar days of the notice to proceed, and the performance period extends from June 2, 2025, to September 30, 2025. Key components of the project include replacing approximately 2,000 square feet of asphalt shingles, fascia, and around 300 linear feet of gutters. The solicitation outlines specific requirements for submitting offers, including the necessity for sealed bids and performance bonds, and emphasizes compliance with various federal regulations. It includes sections on contract administration, inspection procedures, electronic invoicing, and the Contractor Performance Assessment Reporting System. The document is structured in a formal format with sections detailing solicitation form, bid schedule, specifications, and clauses incorporated by reference. This solicitation reflects the federal government's commitment to ensuring that construction contracts adhere to high standards of quality and regulatory compliance while engaging contractors for important conservation projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    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.
    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.
    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.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.