Replace Roof at Ballard House and Smokehouse Colon
ID: 140P4225Q0024Type: Solicitation
AwardedJun 3, 2025
$79.3K$79,280
AwardeeJAXON CONSTRUCTION INC 7424 E 158TH ST S Bixby OK 74008 USA
Award #:140P4225P0016
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

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 a federal contract to replace the roofs of the historic Ballard House and Smokehouse at Colonial National Historical Park in Yorktown, Virginia. The project entails the removal of approximately 3,400 square feet of existing cedar shake shingles, addressing any underlying structural damage, and installing new roofing materials, all while adhering to strict quality assurance and safety regulations. This initiative underscores the federal commitment to preserving historical structures and ensuring compliance with environmental standards. Interested contractors must submit their offers electronically, with an estimated project cost between $25,000 and $100,000, and work is expected to commence within ten days of the notice to proceed, completing within 204 days. For further inquiries, contact Melvin Gartrell at melvin_gartrell@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service has outlined a project to replace the cedar shake shingle roofs on the historic Ballard House and Smokehouse located at Colonial National Historical Park in Yorktown, Virginia. This undertaking involves removing approximately 3,400 square feet of existing roofing materials and addressing any underlying structural damage during the process. Key tasks include disposing of old materials, safeguarding the structures, and installing new cedar shake shingles with appropriate underlayment and flashing. Notably, all work will occur under a single contract, with strict adherence to quality assurance standards and safety regulations. The project site access will be constrained to designated areas to limit disruptions. Contractors must be insured and are responsible for site cleanup and final inspections upon completion. This RFP highlights the federal commitment to preserving historical structures while ensuring safety and compliance with environmental standards.
    The document comprises a photo log for the Ballard House and its associated smokehouse, presenting various views of the property. The images include an overall front view of the house, a rear view highlighting the chimney, a side perspective, and a view of the smokehouse. This log serves to visually document the structural aspects of both the Ballard House and the smokehouse and is likely intended for purposes related to federal or state grants, RFPs, or local project evaluations. By providing clear visual references, the photo log aids in the assessment and planning for potential renovations, historical preservation, or funding applications concerning the site. The visual evidence illustrated in the log is vital for stakeholders involved in decision-making and budgeting processes.
    The document outlines the General Decision Number VA20250169 for construction projects in Virginia, specifically in York County, including Poquoson. It provides wage determinations related to the Davis-Bacon Act, which mandates minimum wage rates for workers on covered federal contracts. Contracts effective from January 30, 2022, must adhere to Executive Order 14026, requiring a minimum wage of $17.75 per hour for covered workers in 2025, while contracts awarded or in effect prior to this date, not extended thereafter, must comply with Executive Order 13658, setting a minimum of $13.30 per hour. The document lists prevailing wage rates for various classified labor roles, including asbestos workers, boilermakers, electricians, and plumbers, along with associated fringe benefits. It also details the process for appealing wage determinations, offering specific contact information for government divisions responsible for wage disputes. This document is significant for federal contractors and subcontractors involved in construction, outlining compliance requirements and worker protection measures, including paid sick leave as stipulated by Executive Order 13706, effective for relevant contracts awarded since January 1, 2017.
    This document outlines the requirements of the Federal Acquisition Regulation (FAR) 36.211(b) concerning the management of equitable adjustments for change orders in construction contracts. Agencies are mandated to provide a clear description of policies and procedures that govern the definitization process for these adjustments, as well as data detailing the time necessary to finalize them. The information can be accessed through a dedicated website that offers further guidance on acquisition policies related to construction contracts. This requirement is relevant within the context of federal and state/local RFPs and grants, as it ensures transparency and accountability in the adjustment processes involved in government contracts, ultimately aiming to uphold efficient and equitable project management in construction endeavors.
    The National Park Service is soliciting bids for a construction project involving the replacement of the roof on the Ballard House and Smokehouse at Colonial National Historic Park in Yorktown, Virginia. The project encompasses the provision of labor, materials, and supervision, with the estimated cost ranging from $25,000 to $100,000. The contractor is required to commence work within ten days of receiving the notice to proceed, completing it within 204 days. The solicitation includes various attachments, which outline the work specifications, applicable Davis-Bacon wages, and reporting requirements under federal regulations. Contractors must submit their offers electronically and comply with strict guidelines, including payment bonds and adherence to health and safety standards. Additionally, clauses concerning performance evaluation, subcontracting limitations, and compliance with telecommunication service regulations are included. This solicitation reflects the government's commitment to maintaining historical sites while ensuring regulatory compliance and safety standards.
    Similar Opportunities
    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 SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    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.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the 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 North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.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.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    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.