Z--Cape Hatteras - REPLACE ROOF ON FORA A-FRAME QTRS.
ID: 140P5325Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace the roof on the A-frame Quarters at Fort Raleigh National Historic Site in Manteo, North Carolina. The project involves demolishing the existing asphalt shingle roof and installing a new high-wind rated roofing system, with an estimated contract value between $25,000 and $50,000, and a performance period from July 1, 2025, to December 30, 2025. This initiative is crucial for maintaining the integrity of historical structures while ensuring compliance with local building codes and safety standards. Interested small businesses must submit their proposals by June 9, 2025, at 5 PM EDT, and can direct inquiries to Ashley Warcewicz at ashley_warcewicz@nps.gov.

    Point(s) of Contact
    Warcewicz, Ashley
    ashley_warcewicz@nps.gov
    Files
    Title
    Posted
    The U.S. government is soliciting proposals for the replacement of the roof on the FORA A-Frame QTRS located at 1441 Pear Pad Rd., Manteo, NC. The project description indicates that the building, constructed in 1995, features a wood-framed, single-story design with an asphalt shingle roof covering approximately 2,100 square feet. The roof includes features such as three 2-inch and one 4-inch plumbing vents, along with a 42-foot ridge vent. Potential contractors have raised questions regarding the lack of a roof schematic or blueprints, to which the response confirmed that such documents are unavailable but provided construction details. Additionally, there was a query about the site address, clarifying that while the Statement of Work lists the address as 1441, it appears on Google Maps as 1415 Pear Pad Rd. This document is part of a broader federal procurement process aimed at facilitating the structured bidding for government contracts, ensuring clarity and efficiency in the proposal process.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the administration of construction contracts. It specifies that agencies must provide a description of the policies and procedures related to the definitization of equitable adjustments for change orders in such contracts. Additionally, it mandates data on the duration required to finalize these equitable adjustments. For further details and guidance, agencies can reference the provided link to the Department of the Interior's acquisition policy on construction contracts. This information is essential for ensuring compliance and transparency in federal and state/local procurement processes related to construction projects.
    The document outlines federal and state requests for proposals (RFPs) and grant opportunities intended to drive various initiatives. It provides a comprehensive overview of funding opportunities available to organizations seeking to engage in projects aligned with governmental objectives. The text emphasizes the importance of adhering to specified guidelines and deadlines in proposals to ensure eligibility for funding. Key themes include the necessity for organizations to demonstrate a clear understanding of project goals, community benefits, and sustainability practices. Additionally, the document stresses that applicants must provide detailed budgets, project timelines, and relevant expertise to enhance their proposals' competitiveness. It also highlights the review and selection process, focusing on factors such as innovation, feasibility, and impact. Overall, the document serves as a vital resource for prospective applicants, guiding them through the complexities of securing federal and state financial support for their proposed projects.
    The document addresses a series of questions related to a project identified by the RFP number 140P5325Q0027. Key topics include the specifications for a drip edge, plumbing penetrations, and gutter work. The drip edge will be dark brown in color. Regarding plumbing penetrations, there are four vent lines of approximately 2 inches, but access to verify these measurements on the roof is limited. The document confirms there will be no work on gutters or downspouts; rather, an 8-foot rain diverter above the kitchen door will be replaced to match the color of the drip edge. The file emphasizes clear communication regarding project requirements, indicating a focus on accuracy in material specifications and scope of work. This inquiry reflects typical processes in federal and local RFPs, ensuring stakeholders understand project parameters to minimize misunderstandings and promote compliance.
    The National Park Service intends to replace the roof on A-frame Quarters 5 at Fort Raleigh National Historic Site, North Carolina. The scope of work includes demolishing the existing asphalt shingle roof and installing a new high-wind rated roof system within 120 days of contract award. The project aims to ensure a watertight and durable roofing solution that meets local building codes. Key tasks involve disposing of debris, repairing the roof deck, installing new roofing materials, and implementing strict safety and environmental measures. Contractors must adhere to quality assurance practices, with inspections carried out by the Contracting Officer Representative. Additionally, all work must minimize disruption to the surrounding community and comply with site-specific protocols, including maintaining cleanliness and managing access to the project area. Warranties for roofing materials and workmanship are mandatory, ensuring performance standards are met. The initiative exemplifies the government's commitment to preserving historical sites while safeguarding the safety of both workers and the visiting public.
    This document serves as Amendment 1 to solicitation number 140P5325Q0027, issued by the National Park Service for a specific project in Gatlinburg, TN. The amendment outlines the procedures for acknowledging receipt of the amendment, which must be done before the specified due date of June 6, 2025, at 1 PM EDT. The amendment modifies existing contracts/orders, includes posting questions and answers from previous communications, and confirms that the period of performance spans from July 1, 2025, to December 31, 2025. The document emphasizes the importance of following specified protocols for modifications and acknowledges that failure to comply may lead to rejection of offers. It requires acknowledgment via letter or electronic communication and outlines administrative changes for better clarity in the contracting process. Overall, the amendment is part of ensuring transparency and compliance in the public contracting process, reinforcing the commitment to proper governance in federal solicitations.
    The document outlines the amendment to solicitation number 140P5325Q0027, which involves modifications to the associated federal contract/order. It specifies the required procedures for acknowledging receipt of the amendment, which includes methods of submission via copies or electronic communication. The amendment's purpose is to post additional questions and answers while also extending the proposal due date to June 9, 2025, at 5 PM EDT. The period of performance for the contract is designated from July 1, 2025, to December 31, 2025. Furthermore, it emphasizes that all prior terms and conditions of the solicitation remain unchanged unless specified otherwise. The document is critical for ensuring that potential contractors are properly informed of changes and the timeline to submit their proposals, which is essential for compliance and bidding processes in government contracting. This amendment reflects the ongoing commitment to transparency and clarity in federal procurement processes.
    The document is a government Invitation for Bid (IFB) for the replacement of the roofing on FORA A-frame Quarters 5 in Cape Hatteras, North Carolina. It is a 100% small business set-aside procurement, estimated to cost between $25,000 and $50,000, with a performance period from July 1, 2025, to December 30, 2025. Contractors must provide a firm fixed price for services, including supervision, materials, and equipment necessary to fulfill the work according to the provided Statement of Work. Mandatory requirements include submitting sealed offers, providing performance and payment bonds, and acknowledging amendments to the solicitation. The contractors are also required to comply with the minimum wage provisions under Executive Order 14026, ensuring workers receive at least $15.00 per hour. Detailed inspection and acceptance protocols are laid out, emphasizing the need for quality control and adherence to federal guidelines. The contracting officer overseeing the bid is Ashley Warcewicz, and additional conditions, special requirements, and clauses related to labor laws, safety, and environmental considerations are thoroughly outlined in the document. This solicitation underscores the government's investment in infrastructure maintenance while supporting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, 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
    Buyer not available
    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.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    C1DZ--Roof Replacement Building 6, 13, & 18
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 6, is seeking qualified architect-engineer firms to provide design services for a roof replacement project at the W.G. (Bill) Hefner Salisbury VA Medical Center in Salisbury, North Carolina. The project involves the replacement of roofs on Buildings 6, 13, and 18, including the removal of existing materials and installation of new roofing systems, with a focus on ensuring proper drainage and fall protection. This opportunity is critical for maintaining the integrity of the medical facility and ensuring the safety of its occupants, with an estimated contract value between $1,000,000 and $2,000,000. Interested parties must submit their responses, including company information and a capabilities statement, via email to Michael Proctor by December 22, 2025, at 11:00 AM EST.
    Smokey Circle quarters 214 Floor and Roof replacement
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Y--CASA 324271, Castillo de San Marco National Monume
    Buyer not available
    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.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project involves the removal and replacement of damaged roofing, installation of a new TPO or PVC membrane, and upgrades to ventilation and insulation systems, with a total project area of approximately 5,000 square feet. The contract is a Total Small Business Set-Aside, with an estimated value between $25,000 and $100,000, and requires completion within 180 days of the Notice to Proceed. Interested contractors must submit their proposals by December 12, 2025, and can direct inquiries to Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil.