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
    Z--Replace Roof Visitor Center & Administration Bldg
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a presolicitation for the replacement of the roof at the Visitor Center and Administration Building of Fort Larned National Historic Site in Larned, Kansas. The project involves the removal of approximately 10,538 square feet of cedar shingles, inspection and replacement of skip sheeting, installation of fire retardant shingles, and necessary adjustments to the lightning protection system, among other tasks. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a firm fixed price expected to be awarded in late winter 2025 or spring 2026. Interested contractors should contact James Bissaillon at jamesbissaillon@nps.gov or (402) 800-8292 for further details, and must ensure registration in the System for Award Management (SAM) prior to the solicitation close date.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    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--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.
    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.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    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.
    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 critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Y--CASA 324271, Castillo de San Marco National Monument, Repair and Raise Seawall
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to undertake the repair and raising of the seawall at 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 demolition and construction of new seawalls with granite facades, rehabilitation of the existing Center Seawall, and the construction of new walkways and utilities, among other tasks. This significant construction effort, with a magnitude exceeding $10 million, is crucial for preserving the monument's structural integrity and accessibility. Interested parties must have an active registration on SAM.gov, with the Request for Proposal (RFP) expected to be issued electronically on or after December 8, 2025, and the anticipated period of performance set for 550 calendar days. For further inquiries, contact Joseph Wingfield at josephwingfield@nps.gov.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.