COLO-REPLACE SIDING AT MOORE HOUSE
ID: 140P4225Q0027Type: Solicitation
Overview

Buyer

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

NAICS

Siding Contractors (238170)

PSC

ROOFING AND SIDING MATERIALS (5650)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the project titled "Remove and Replace Siding at the Moore House" located in Colonial National Historic Park, Virginia. The project involves the removal and replacement of approximately 400 square feet of wood siding, chimney flashing, and associated repairs, along with the painting of around 800 square feet, with an estimated cost ranging from $25,000 to $100,000. This initiative is crucial for the preservation of the historic Moore House, built around 1725, ensuring compliance with federal standards and labor laws, including the Davis-Bacon Wage Rates. Interested contractors must submit their bids by the specified deadline, with work anticipated to commence within 10 days of receiving a notice to proceed, and the performance period expected to run from August 1, 2025, to March 2, 2026. For further inquiries, potential bidders can contact Melvin Gartrell at melvin_gartrell@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The project at Colonial National Historical Park in Yorktown, Virginia, involves the removal and replacement of approximately 400 square feet of wood siding at the Moore House, a historic two-story structure built around 1725. The scope includes disposal of damaged siding, inspecting and replacing furring and framing, and painting around 800 square feet. Protective measures will be implemented during work, which is scheduled for daylight hours when the building is unoccupied. The contractor is responsible for all onsite management and compliance with safety standards, including adhering to OSHA guidelines. Quality assurance measures are in place to ensure materials and work meet construction codes, with submitted warranties required. Final payment is contingent upon satisfactory completion and inspection of all tasks. This project demonstrates the National Park Service's commitment to maintaining historical structures through careful restoration while adhering to preservation standards and regulatory requirements.
    The document concerns the Moore House, specifically detailing the damage to the siding on both sides of the property. The emphasis is on the left side of the house, where significant damage is noted, particularly near the chimney. The file contains photographs illustrating the overall condition and specific areas requiring siding replacement. This document is likely part of a larger federal or state/local Request for Proposal (RFP) or grant aimed at securing funds for repair work. Its purpose is to provide a visual and written record of existing damage to support the case for necessary renovations, ensuring compliance with any relevant guidelines and standards for repair or restoration efforts.
    This document outlines proposed renovations for the Moore House in Yorktown, Virginia, detailing updates such as new shingles, window sashes, and ceiling finishes. It also notes the removal of existing gutters and downspouts, with revisions made on July 20, 1931. The project has been reviewed and approved by various officials from the National Park Service.
    The document outlines General Decision Number VA20250169 concerning building construction projects in York County, Virginia, effective February 28, 2025, and includes minimum wage rates determined by the Davis-Bacon Act. It specifies different wage rates for various classifications of workers, noting that contracts initiated after January 30, 2022, must comply with Executive Order 14026, which mandates a minimum hourly wage of at least $17.75. Additionally, the document provides details on processes for appeals and reviews related to wage determinations and classifications.
    The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration, specifically related to the definitization of equitable adjustments for change orders. It mandates that agencies provide clear descriptions of their policies and procedures governing this process, including the timeframes necessary for finalizing such adjustments. This information is essential for transparency and consistency in federally funded construction projects. Agencies can access detailed guidelines via the Department of the Interior's website. This framework ensures that changes to construction contracts are managed effectively, facilitating adherence to contractual obligations while maintaining compliance with federal standards.
    The document outlines a government solicitation for the project titled "Remove and Replace Siding at the Moore House" located in Colonial National Historic Park. The National Park Service (NPS) is seeking bids for the removal and replacement of approximately 400 square feet of wood siding, chimney flashing, and associated repairs, along with the painting of around 800 square feet. The estimated project cost ranges from $25,000 to $100,000, with a performance period anticipated from August 1, 2025, to March 2, 2026, and commencement within 10 days after receiving a notice to proceed. The solicitation includes detailed requirements for sealed bids and emphasizes compliance with various labor laws and regulations, including the Davis-Bacon Wage Rates. Bidders must ensure a complete submission of required documents, pricing schedules, and past performance evaluations using the Contractor Performance Assessment Reporting System (CPARS). Specific clauses regarding inspections, payment procedures, and measures against prohibited telecommunications services are also included as part of the contract. This solicitation reflects the government's commitment to maintaining and preserving historical structures while ensuring compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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--PIPESTONE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a Request for Quotation (RFQ) for the remodel of restroom facilities at the Pipestone National Monument. This project aims to enhance visitor amenities by renovating the existing restrooms, which is crucial for maintaining the park's accessibility and visitor experience. The contract will be a firm-fixed price and is set aside 100% for small businesses under NAICS code 236220, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should note that the formal solicitation is expected to be released around October 20, 2025, with responses due approximately 30 days later, and they must contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details.
    Replace Siding on Main Building at Station Lake Tahoe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking small businesses to replace the siding and repair the fascia on the main building at Station Lake Tahoe. This project, estimated to cost between $25,000 and $100,000, requires completion within 90 calendar days of contract award, with payment protection due 15 days post-award. The work is crucial for maintaining the integrity and appearance of the facility, which serves as a key operational hub for the Coast Guard in the region. Interested contractors must register on SAM.gov, submit their proposals electronically by November 19, 2025, at 3:00 PM EST, and may participate in a site visit scheduled for October 22, 2025, at 10:00 AM PDT. For further inquiries, contact Shawn Jenkins at shawn.t.jenkins@uscg.mil or Jesse Yutig at Jesus.C.Yutig.CIV@uscg.mil.
    Rock Creek Park Little House Leasing Opportunity
    Buyer not available
    The National Park Service (NPS) is seeking proposals for the leasing of the "Little House" located at 3131 Nebraska Ave NW, Washington, D.C., within Rock Creek Park. This opportunity allows for a long-term lease of the property, which is available "as-is" for residential use, with the selected lessee responsible for all repairs, maintenance, and approved improvements. The property, situated in a 100-year flood zone, features a three-bedroom home and is adjacent to a park with open space, making it suitable for both business and personal use. Interested parties must submit their proposals by November 25, 2025, following a series of key dates including site tours and a question submission deadline, with the lease term potentially extending up to 60 years at a minimum fair market rent of $6,500 per month. For further inquiries, contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves extensive renovations including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, all critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, and interested contractors must be holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Key deadlines include a proposal submission date of December 2, 2025, and a mandatory site visit scheduled for November 19, 2025, with inquiries directed to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    NERI 227183 Rend Trail Project
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the NERI 227183 Rend Trail Project at New River Gorge National Park in West Virginia. This project entails the rehabilitation of five bridges, replacement of nine timber cribbing walls, and improvements to trail surfaces and drainage systems, with a total construction magnitude exceeding $10 million. The procurement is set aside for small businesses, emphasizing the importance of enhancing park infrastructure for visitor safety and accessibility. Proposals are due by November 18, 2025, at 11:00 AM MT, and interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further details.
    NSWC IHD BXXX Facility Renovation
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified contractors for the renovation of a 15,000 square foot building into a production facility at Indian Head, Maryland. The project, estimated to cost between $10,000,000 and $25,000,000, involves extensive demolition and reconstruction, including the installation of new HVAC systems, electrical systems, and industrial equipment, as well as the construction of new exterior walls and concrete slabs. This renovation is crucial for enhancing the operational capabilities of the facility, and interested contractors must submit a capabilities statement and complete a Sources Sought Questionnaire by November 21, 2025, at 2:00 PM EST to the primary contact, Jeremy Taylor, at jeremy.g.taylor2.civ@us.navy.mil.
    Y--Lagoon & Access Road Repair - Death Valley (DEVA)
    Buyer not available
    The Department of the Interior, National Park Service, is soliciting proposals for the Lagoon & Access Road Repair project at Death Valley National Park (DEVA). The project aims to restore the lagoon at Stovepipe Wells, addressing erosion damage, improving access roads and drainage, removing invasive vegetation, recompacting berms, regrading the site, and replacing damaged fencing. This restoration is crucial for maintaining the park's infrastructure and environmental health, with an estimated contract value between $250,000 and $500,000. Interested small businesses must be registered in SAM.gov under NAICS code 237990 and submit their proposals by October 8, 2025, with a bid opening scheduled for November 19, 2025. For further inquiries, contact Cole Johnson at colejohnson@nps.gov or call 267-321-0342.
    CO NP MEVE 201(1) , Cedar Tree Tower Road and Parking
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Cedar Tree Tower Road and Parking project located within Mesa Verde National Park in Colorado. This project involves significant roadway improvements, including resurfacing, restoration, and rehabilitation across 11 locations, with a total of 4.7 miles of primary work and an optional 0.2 miles of additional improvements. The enhancements are critical for maintaining access and safety within the park, ensuring compliance with environmental standards, and preserving historical features. Interested contractors must submit their bids by November 13, 2025, and are encouraged to attend a pre-bid site visit on October 9, 2025. The estimated project cost ranges between $5 million and $10 million, and bidders should direct inquiries to Denise Martinez at cflcontracts@dot.gov.
    Replace Siding on Boat Maintenance Facility at Station Lake Tahoe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement of siding on the Boat Maintenance Facility at Station Lake Tahoe. The project, identified by solicitation number 70Z03126RALAM1008, requires contractors to commence work within 15 days of award and complete it within 90 days, with offers remaining valid for 30 days. This procurement is significant as it ensures the maintenance and operational integrity of the facility, with an estimated contract value between $25,000 and $100,000. Interested parties must submit their proposals electronically by November 19, 2025, at 3:00 PM EST, and are encouraged to attend a site visit scheduled for October 22, 2025, at 10:00 AM PDT. For further inquiries, contact Shawn Jenkins at shawn.t.jenkins@uscg.mil or Jesse Yutig at Jesus.C.Yutig.CIV@uscg.mil.