ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Z--Metal-to-Metal Roof Overlay NWS in Melbourne, FL

DEPARTMENT OF COMMERCE 1305M326Q0183
Response Deadline
May 20, 2026
12 days left
Days Remaining
12
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Commerce’s National Oceanic and Atmospheric Administration, through the National Weather Service, is seeking a total small-business set-aside quote for a metal-to-metal roof overlay at the Weather Forecast Office in Melbourne, Florida. The work includes removing the existing roof system and installing the new overlay with associated labor, materials, lightning rod detachment and reinstallation, insulation, downspouts, flashing, and related roofing components, along with required warranties and submittals. The project must comply with federal, state, and local requirements as well as OSHA, EPA, NEC, and NFPA standards, use roofing materials meeting specified UL and ASTM fire, hail, and wind ratings, and is tied to work at 421 Croton Road in Melbourne; Amendment 0001 adds building drawings and extends the period of performance to July 31, 2026. Quotes are due by 10:00 a.m. MDT on May 20, 2026, and must be emailed to kerri.coffey@noaa.gov with the required certifications, signed SF 18, and acknowledgment of the amendment.

Classification Codes

NAICS Code
238160
Roofing Contractors
PSC Code
Z1AA
MAINTENANCE OF OFFICE BUILDINGS

Solicitation Documents

7 Files
Sol_1305M326Q0183.pdf
PDF370 KBMay 8, 2026
AI Summary
This Request for Quotation (RFQ) solicits bids from small businesses for non-personal services to install a metal-to-metal roof overlay at the National Weather Service (NWS) Weather Forecast Office (WFO) in Melbourne, FL. The project, identified as solicitation number 1305M326Q0183, is a total small business set-aside with NAICS code 238160 and a $19.0M size standard. The period of performance is 60 days from the Notice to Proceed, with an estimated start date between June 1, 2026, and July 31, 2026. Quotes are due by May 20, 2026, at 10:00 AM MDT, and must be submitted electronically to kerri.coffey@noaa.gov. A site visit is highly recommended. Key attachments include the Statement of Work, roof photos, Davis-Bacon Act wage rates, and required construction order certifications. The contract includes various FAR and NOAA clauses, notably those concerning prompt payment, electronic submission of invoices via IPP, and a detailed policy on sexual assault and harassment prevention and response.
Sol_1305M326Q0183_Amd_0001.pdf
PDF201 KBMay 8, 2026
AI Summary
Amendment 0001 to Solicitation 1305M326Q0183, dated May 6, 2026, modifies the original solicitation by adding Attachment 5, which includes building drawings, and revising the Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services. This amendment, issued by WAD-SAP in Boulder, CO, extends the period of performance from June 1, 2026, to July 31, 2026. Offers must acknowledge receipt of this amendment by completing items 8 and 15 of the form, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may lead to the rejection of the offer. No other changes to the solicitation are specified.
1305M326Q0183__Attachment_5_Building_Drawings_0001.pdf
PDF3421 KBMay 8, 2026
AI Summary
The document outlines the HVAC controls, power, and grounding plans for a government facility, likely in response to an RFP or grant for infrastructure upgrades. It details the operation of Air Handling Units (AHU-1, AHU-2, and AHU-3) serving various zones, including operations, equipment, communication, NWR, and office areas. The plans include specifications for cooling load demand, temperature control (with provisions for economizer cycles and multi-level switching), and humidification. Emergency operations are addressed, outlining generator power to lead AHU units and lockout of lag units during power loss, with a return to normal upon power restoration. The document also includes schedules for AHUs, condensing units, humidifiers, VAV boxes, and exhaust fans, along with electrical symbols, a one-line diagram, and panelboard schedules for main and generator switchboards. Critical notes emphasize conduit routing, surge protection, and contractor responsibilities for designing and submitting HVAC control panel details for government approval, highlighting the project's focus on comprehensive and redundant climate control and electrical systems.
1305M326Q0183__Attachment_2_Roof_Photos.pdf
PDF678 KBMay 8, 2026
AI Summary
The document provides a visual inspection of roof conditions in Melbourne, FL, specifically focusing on a generator building and various sections of its roof. It includes photos of the south side of the generator building roof, the general roof's south side, the north side east corner, and the north side. This visual documentation likely serves as supporting material for an RFP or grant application related to roof maintenance, repair, or replacement, offering a clear overview of the current state of the roofing system.
1305M326Q0183__Attachment_1_Statement_of_Work.pdf
PDF126 KBMay 8, 2026
AI Summary
The National Weather Service (NWS) Weather Forecast Office (WFO) in Melbourne, FL requires a metal-to-metal roof overlay. This project involves the immediate replacement of the existing metal roof, including the detachment and reinstallation of lightning rods with galvanic insulating pads. The contractor must provide all necessary supervision, labor, tools, materials, and equipment, adhering to federal, state, local, OSHA, EPA, NEC, NFPA, and building codes. Roofing materials must meet specific UL and ASTM ratings for fire, hail, and wind resistance, with a minimum 1.5” seam height and 24-gage panel thickness. The new panels are to be painted a similar green color, approved by the Government. The project includes installing self-adhesive insulation, new 4” downspouts, drip edging, z-bar flashing, and flashing at penetrations. The contractor is responsible for the removal and disposal of the existing roof system, ensuring compliance with the Davis-Bacon Act, and providing a 5-year workmanship warranty and a 20-year manufacturer's material and labor warranty. Submittals for roof design, contractor qualifications, and warranties are required within 21 days of the 'Notice to Proceed.' Work must begin within one business day of award, with on-site work completed within seven calendar days of receiving materials, and the entire project finished within 60 days.
1305M326Q0183__Attachment_3_Davis-Bacon_Act.pdf
PDF31 KBMay 8, 2026
AI Summary
The General Decision Number FL20260196 outlines prevailing wage rates and fringe benefits for building construction projects in Brevard County, Florida, including specific military and space facilities. This document, effective January 2, 2026, details rates for various trades such as Asbestos Workers, Elevator Mechanics, Operators (forklift, mechanic, oiler, crane), Ironworkers, Pipefitters, Sprinkler Fitters, Carpenters, Electricians, Laborers, Plumbers, and more. It also includes important information regarding Executive Order (EO) 13706 on Paid Sick Leave for Federal Contractors and EO 13658 concerning minimum wage for federal contractors, explaining their applicability and requirements. The file further provides guidance on identifying union and survey wage rates and outlines the appeals process for wage determinations, including contacts for the Branch of Wage Surveys, Branch of Construction Wage Determinations, and the Wage and Hour Administrator.
1305M326Q0183__Attachment_4_CONSTRUCTION_ORDER_CERTIFICATIONS_AND_OTHER_STATEMENTS_OF_QUOTERS.pdf
PDF133 KBMay 8, 2026
AI Summary
The document, part of federal government RFPs, outlines mandatory certifications for quoters on construction orders. Specifically, it details the Asbestos-Containing Materials Certification, requiring quoters to certify that no asbestos-containing materials will be used or delivered to the worksite. Furthermore, the quoter agrees to bear the full cost of removal and remediation if any asbestos-containing materials are found to have been used or delivered during contract performance. This certification is crucial for ensuring safety, compliance with environmental regulations, and accountability for hazardous materials in construction projects.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 6, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 20, 2026
expiryArchive DateJun 4, 2026

Agency Information

Department
DEPARTMENT OF COMMERCE
Sub-Tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA

Point of Contact

Name
COFFEY, KERRI

Official Sources