Z--Replacement Roof Curatorial Maintenance Building
ID: 140P5125Q0018Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the Replacement Roof of the Curatorial Maintenance Building at the Tuskegee Institute National Historic Site in Tuskegee, Alabama. The project involves the removal of existing roofing, inspection of underlying materials, necessary repairs, and installation of new roofing systems across three facilities, with a focus on maintaining safety and compliance with federal regulations, including the Davis-Bacon Act. This initiative is crucial for preserving the integrity of the historic site and ensuring a safe environment for visitors and staff. Interested contractors should note that the estimated project budget is between $100,000 and $250,000, with proposals due by July 2, 2025, and the performance period running from July 15, 2025, to July 14, 2026. For further inquiries, contact Yanick Bard at Yanick_Bard@nps.gov or by phone at 404-507-5743.

    Point(s) of Contact
    Bard, Yanick
    (404) 507-5743
    (404) 562-3220
    Yanick_Bard@nps.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for the Replacement Roof of the Curatorial Maintenance Building at the Tuskegee Institute National Historic Site, AL. It specifies that the construction project is valued between $100,000 and $250,000, requiring prospective contractors to submit offers via email that include completed forms and a comprehensive breakdown of costs. Key sections detail specifications, contract clauses, and special requirements, emphasizing safety, quality standards, and adherence to various federal regulations, including bonding and insurance requirements. Contractor responsibilities include facilitating project progress meetings, coordinating with the Contracting Officer’s Representative, and adhering to strict timelines and operational standards without disrupting site functions. The document emphasizes the importance of compliance with laws related to occupational safety and environmental protections, while strict submission deadlines for proposals and questions are established. This RFP illustrates the federal government's structured process for construction projects, prioritizing transparency, accountability, and regulatory adherence in contractor selection and project execution.
    The National Park Service is seeking contractors for a project at the Tuskegee Institute/National Historic Site in Tuskegee, Alabama, focusing on the cyclic replacement of roofs on three facilities: the Administration Building, Curatorial Storage Building, and Maintenance Shop. The objective is to remove existing roofing, inspect underlying materials, make necessary repairs, and install new approved roofing systems. Contractors are responsible for the supply of all materials and ensuring a safe work environment while adhering to safety regulations. Notably, the project prohibits ground disturbance and requires adherence to the Davis-Bacon Act. The work is to be completed within three months, with specific construction guidelines outlined to ensure compliance with local building codes. Rigorous safety protocols are mandated, including public safety measures and the use of environmentally friendly products. The project's timeline restricts work to weekdays during standard business hours, ensuring minimal disruption to park operations and visitor access.
    This document outlines the solicitation for the roof replacement project at Tuskegee Institute National Historic Site, identified by the solicitation number 140P5125Q0018. Offerors are encouraged to submit alternate proposals that could provide cost savings to the Government. An acceptable proposal must adhere to the solicitation's pricing requirements, including a total price for base line items and detailed unit pricing for other items. Failure to provide a conforming offer may lead to rejection. Each cost must be clear, with stipulations on how to handle calculation errors. The pricing evaluation will focus on identifying the best value for the Government. The document emphasizes compliance with FAR and DSC-36 guidelines and concisely lists the contract line item titles, quantities, and the necessity of bonding, showcasing a structured approach to procurements in government contracts, aimed at maximizing fiscal responsibility and efficiency.
    This document serves as Amendment Number 0001 to Solicitation 140P5125Q0018 for the National Park Service, involving the Replacement Roof of the Curatorial Maintenance Building at the Tuskegee Institute National Historic Site, Tuskegee, AL. The amendment includes answers to previously submitted questions and extends the response deadline to July 2, 2025, at 5:00 PM Eastern Time. The period of performance for the project is set from July 15, 2025, to July 14, 2026. The document outlines the requirements for contractors to acknowledge receipt of the amendment prior to submission of their offers, detailing the methods for acknowledgment. It emphasizes that the terms and conditions of the solicitation remain unchanged aside from the adjustments outlined in the amendment, ensuring clarity and continuity in the contracting process. Overall, this amendment aims to facilitate effective communication and maintain the integrity of the procurement process for this public project.
    The document is a government solicitation for the Replacement Roof Curatorial Maintenance Building project at the Tuskegee Institute National Historic Site in Tuskegee, Alabama. The project involves comprehensive roof repair and replacement work and seeks to engage a contractor who will provide necessary labor, materials, and supervision. It specifies that this is a small business set-aside and is governed by the Federal Acquisition Regulation (FAR) Part 19, allowing the government to award the contract without negotiations. Sealed bids are requested, with a submission deadline and the requirement for performance and payment bonds. The stipulated calendar days for bid acceptance and project completion are essential components, keeping in mind the Davis Bacon prevailing wage requirements for Macon County. The estimated project budget is between $100,000 and $250,000, and the performance period is outlined, highlighting adherence to safety standards and regulatory compliance. The document facilitates direct communication with Yanick Bard for any clarifications needed regarding the solicitation. A site visit is not planned but can be arranged upon request. This document exemplifies the structured approach typical of government RFPs, ensuring clarity in contractor expectations and project requirements.
    Similar Opportunities
    Z--BICR 316236 - Rehabilitate Civil Rights Structures (A.G. Gaston Motel)
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE NATIONAL PARK SERVICE is seeking sources for the procurement of rehabilitating civil rights structures, specifically the A.G. Gaston Motel. This service is typically used for the repair or alteration of restoration of real property, specifically commercial and institutional building construction. For more information, please contact Carlos Garcia at carlosgarcia@nps.gov or 7209006595.
    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.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    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.
    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.