Z--ML DIST. OFFICE ROOF REPAIR & REPLACE
ID: 140P5225R0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair and replacement of the roof at the Meriwether Lewis District Office located within the Natchez Trace Parkway in Tennessee. The project entails comprehensive demolition and replacement of existing roofing systems, including the management of solar panel removal and reinstallation, with a focus on using durable materials such as 25-year asphalt shingles and EPDM roofing. This procurement is vital for maintaining the integrity of government facilities and ensuring compliance with federal acquisition regulations, while also promoting small business participation through a total small business set-aside. Interested contractors must submit their proposals electronically by the specified deadline, with the project scheduled to commence on March 1, 2025, and conclude by October 1, 2025. For further inquiries, interested parties may contact Tara Clark at Tara_Clark@nps.gov or call 662-372-0363.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the roof repair and replacement project at the Meriwether Lewis District on the Natchez Trace Parkway, Tennessee. The primary focus is on the demolition and replacement of existing roofing systems, including flat and sloped areas, with a significant portion of the flat roof decking needing replacement. Preferred materials include a 25-year asphalt shingle and EPDM roofing for flat sections. Additionally, the project requires the safe removal and later reconnection of solar panels by certified professionals. The SOW specifies contractor responsibilities, site access, work restrictions, and the need for coordination with government officials and other contractors. Safety measures, environmental considerations, and the preservation of natural features are highlighted as critical aspects of the construction process. All activities are scheduled within defined working hours, and contractors are tasked with adhering to park regulations while minimizing disruption to public access and utility services. The project operates under a single prime contract with detailed guidelines on management, quality assurance, and compliance with relevant safety and environmental standards.
    The document outlines the wage determinations for building construction projects in Lewis and Lincoln Counties, Tennessee, as governed by the Davis-Bacon Act. This includes information on minimum wage rates based on the applicable Executive Orders effective from January 30, 2022, and previous orders dating back to 2015. The minimum wage rates vary, requiring contractors to pay workers either $17.75 or $13.30 per hour depending on the contract's award date. Additional classifications and wage rates for various construction jobs, such as power equipment operators, carpenters, and electricians, are specified along with fringe benefits. The document also discusses the appeals process for wage determination decisions and includes resources for requesting information or initiating appeals with the Wage and Hour Division of the U.S. Department of Labor. The intent is to ensure compliance with wage standards essential for federal contracts aligned with labor protection laws. This information is critical for contractors participating in federal projects, ensuring they meet legal wage requirements and providing paths for addressing disputes related to wage determinations.
    The document is an amendment to solicitation number 140P5225R0001 for the demolition and replacement of the roofing systems at the Meriwether Lewis District Office. It outlines the necessary procedures for contractors to acknowledge receipt of the amendment and specifies that failure to do so before the submission deadline may lead to rejection of offers. The scope of work involves removing, storing, and re-installing existing solar panels, in addition to addressing the sloped asphalt shingles and flat roof sections. The project is scheduled to take place from March 3, 2025, to October 3, 2025. Essential administrative changes related to the contract are documented, ensuring that all terms remain in effect, except for modifications explicitly stated in the amendment. The document emphasizes the need for compliance with procedural instructions to facilitate a smooth contracting process.
    The National Park Service is issuing a Request for Proposals (RFP) for the repair and replacement of the roof at the Meriwether Lewis District Office within the Natchez Trace Parkway. The project requires contractors to provide all necessary labor, materials, and supervision for this task, which includes the demolition and replacement of the existing roofing systems and components. Specific tasks will involve managing the removal and re-installation of solar panels during the roofing work. The procurement falls under NAICS code 238160 and aims to award a firm fixed-price contract based on evaluations of cost, technical approach, and relevant experience. Interested bidders are required to submit their proposals electronically by the specified deadline. The project period is set from March 1, 2025, to October 1, 2025. This RFP represents a significant maintenance effort, emphasizing compliance with federal acquisition regulations while fostering contractor engagement in public service projects.
    This document outlines a Request for Proposal (RFP) set aside for small businesses focused on construction, alteration, or repair work. It includes a comprehensive contract schedule detailing the solicitation/contract form, price/cost schedule, statement of work, packaging/marking, inspection and acceptance protocols, delivery/performance requirements, contract administration data, special contract requirements, and relevant clauses. Key components include the obligation for the contractor to commence work within 10 days of receiving notice, compliance with safety regulations, and the necessity for proper payroll practices and subcontracting procedures. Contractors must submit invoices electronically, adhere to the Buy American Act, and maintain specified liability insurance. Additionally, the document emphasizes the importance of maintaining day-to-day facility operations during construction, compliance with all laws, and the need to document any archaeological findings. The regulations ensure the required standards and frameworks are respected, promoting accuracy, efficiency, and safety throughout the project lifecycle. Overall, this RFP serves to facilitate contracted construction work while ensuring compliance with federal guidelines, promotes small business participation, and enforces stringent administrative and safety standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Natchez Trace Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for a resurfacing project along approximately 9.5 miles of the Natchez Trace Parkway in Wayne County, Tennessee. The project, identified as TN NP NATR 1H11 (Solicitation Number 693C73-25-B-000007), involves asphalt patching, overlay, and related tasks, with an estimated total project cost ranging from $2 million to $5 million. This initiative underscores the government's commitment to engaging small businesses in federal construction projects, ensuring compliance with federal regulations. Bid documents are anticipated to be available around February 28, 2025, and interested contractors must register in the System for Award Management (SAM) database to submit offers and receive payments; inquiries can be directed to David Bogner or C. Shawn Long at EFLHD.Contracts@dot.gov.
    VA HARRISON LAKE NFH VC ROOF
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    Roof Coatings at Canyonlands National Park IAW Sta
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotations for roof coatings at Canyonlands National Park in Utah, specifically for re-coating an existing Chlorosulfonate Polyethylene (CSPE) membrane roof. The procurement requires suppliers to provide fluid applied roofing materials, including a Butter Grade sealant, a specially formulated membrane cleaner, embedment fabric, and both base and top coats, all adhering to stringent technical specifications. This initiative is crucial for maintaining the park's infrastructure and ensuring compliance with federal procurement regulations while promoting local and small business participation. Interested vendors must submit their quotations by the specified deadline, with delivery of materials required within a 21-day window following contract award, and can contact Kimberly Steele at kimberlysteele@nps.gov or 720-670-4557 for further information.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    Replacement of Roofing and Siding; and Paint Building 42
    Buyer not available
    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking bids for the replacement of roofing, siding, and painting of Building 42 at its facility in Starkville, Mississippi. The project aims to enhance the infrastructure of the facility and is set aside for small businesses, with an estimated cost ranging from $100,000 to $250,000. Contractors will be responsible for managing all aspects of the project, including labor and materials, while adhering to federal regulations and safety standards. Interested bidders must submit sealed bids by the specified deadline, and work is expected to commence following award notification, with a performance period from February 1, 2025, to April 30, 2025. For further inquiries, Lynn Hults can be contacted at lynn.hults@usda.gov or by phone at 912-464-9723.
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project involves significant renovations, including the removal and replacement of 59 windows and doors to enhance energy efficiency while preserving the historic integrity of the structure, which dates back to 1903. This initiative underscores the federal commitment to heritage preservation and environmental responsibility, requiring contractors to adhere to safety protocols, manage hazardous materials, and comply with federal wage determinations. Interested contractors should contact Khanhthong Moody at KhanhthongMoody@fws.gov or 404-679-4022, with the estimated project cost ranging between $150,000 and $200,000 and a performance period of 455 calendar days upon notice to proceed.
    Roof Replacement- New Orleans District Headquarters Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    Z--REPAIR WEST PARKING LOT - UMESC
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves filling cracks, seal coating, and re-striping an area of approximately 37,000 square feet, addressing significant pavement deterioration while adhering to federal, state, and local codes. This repair work is crucial for maintaining safe access to the facility, which supports ongoing research activities. The contract is set aside for small businesses, with a budget between $25,000 and $100,000, and proposals are due by March 7, 2025. Interested contractors can contact Travis Herberholz at therberholz@usgs.gov for further information.
    ILWW LaGrange-Peoria Roofs
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of EPDM membrane roofs at the LaGrange and Peoria Lock and Dam control stations in Illinois. The project aims to ensure the structural integrity and historical preservation of these significant buildings, with an estimated cost between $100,000 and $250,000, and a completion timeline of 120 calendar days post-award. This procurement is part of a broader initiative to maintain federal infrastructure while adhering to labor regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including relevant experience, by the specified deadline. For further inquiries, contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.