ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Z--HALE REPLACE ROOFS @ HQ-5, HQ-13 & HQ-15

INTERIOR, DEPARTMENT OF THE 140P8225B0006
Response Deadline
Sep 8, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of roofs at HQ-5 and HQ-13/15 within Haleakala National Park, Hawaii. This project, designated as a Total Small Business Set-Aside, involves the in-kind replacement of approximately 3,500 square feet of corrugated metal roofing, with an estimated contract value between $250,000 and $500,000. The successful contractor will be required to adhere to strict environmental regulations and complete the work within 180 calendar days of receiving the notice to proceed. Interested bidders must submit their proposals electronically by September 8, 2025, and are encouraged to attend a non-mandatory site visit on August 25, 2025. For further inquiries, Michael Davidson can be contacted at michael_davidson@nps.gov or by phone at 808-285-1885.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2PZ
REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES

Solicitation Documents

9 Files
Sol_140P8225B0006.pdf
PDF417 KB9/3/2025
AI Summary
This document is an Invitation for Bid (IFB) for the project "Replace Existing Roofs at HQ-5 and HQ-13/15 at Haleakala National Park (HALE), Hawaii." It is a competitive 100% Small Business Set-Aside with an estimated magnitude between $250,000 and $500,000. The NAICS code is 236220 with a size standard of $45M. A non-mandatory site visit is scheduled for August 25, 2025, at 10 AM Hawaii Time, requiring pre-registration. Bids must be submitted electronically as a single PDF file to PWR_Sealed_Bids@nps.gov with a specific subject line by September 8, 2025. The contractor must begin work within 7 calendar days of receiving notice to proceed and complete the project within 180 calendar days. Key requirements include submitting a completed SF1442, Contract Bid Schedule, and a bid guarantee. All questions must be submitted in writing by August 29, 2025. The document also details various FAR and DIAR clauses, including those related to bonds, payments, labor standards, and contractor responsibilities.
B08_Attach_1_Specifications_-_Roof_Replacement_at_HQ-5___HQ-13_15_-_PMIS_334103.pdf
PDF3701 KB9/3/2025
AI Summary
This government file details the construction specifications for replacing the roof at HQ-5 and HQ-13/15 within Haleakala National Park, Maui, Hawaii. The project, PMIS No. 334103, involves the in-kind replacement and restoration of approximately 3,500 square feet of corrugated metal roof. It outlines general requirements, work restrictions, resource protection measures, and administrative procedures. Key aspects include strict adherence to park regulations, work hour limitations, comprehensive invasive species prevention protocols, and protection of threatened and endangered species such as the Nēnē and Hawaiian hoary bat. The document also specifies requirements for noise control, air quality, utility management, and the handling of archaeological resources. All work must comply with federal, state, and local codes, including the International Code Council's codes and NFPA 70. The contractor is responsible for submitting a detailed construction schedule and adhering to specific permit procedures, like the Hot Work Permit, ensuring minimal disruption to park operations and natural resources.
B08_Attach_2_Supplemental_Documents_-_Roof_Replacement_at_HQ-5___HQ-13_15.pdf
PDF19532 KB9/3/2025
AI Summary
The document outlines various approximate project locations, identified as HQ-13/15 and HQ-5, and designates a specific area for contractor parking and staging. This information is crucial for logistical planning within a government Request for Proposal (RFP) or grant context, indicating where work will be performed and where support operations will be situated. The repeated mention of HQ-13/15 and HQ-5 suggests these are key operational zones or buildings within the project's scope. This detail is essential for bidders to understand the geographical distribution of the work, enabling them to accurately assess resource allocation, travel times, and site-specific considerations for their proposals.
B08_Attach_3_Payment_Bond_SF25A-23a_Exp_2027.pdf
PDF700 KB9/3/2025
AI Summary
Standard Form 25A (SF 25A) is a payment bond used to protect individuals supplying labor and materials for federal government contracts, as required by 40 USC Chapter 31, Subchapter III, Bonds. This form ensures that the principal (contractor) and sureties are jointly and severally bound to the United States for the stated penal sum. The obligation becomes void if the principal promptly pays all persons with a direct relationship to the principal or a subcontractor for furnishing labor, material, or both, related to the contract work and any authorized modifications. The document specifies instructions for completing the form, including requirements for principals and sureties, such as providing full legal names and business addresses, evidence of authority for signees, and adherence to Department of the Treasury's list of approved sureties for corporations. It also details the process for handling multiple corporate sureties (co-sureties) and individual sureties, emphasizing the need for proper execution, affixing of corporate seals, and typing of names and titles. The form highlights that any deviation requires written approval from the Administrator of General Services and includes information regarding the Paperwork Reduction Act Statement, estimating a one-hour burden for completion.
B08_Attach_5_WD_20_Jun_2025.pdf
PDF97 KB9/3/2025
AI Summary
The General Decision Number HI20250001, effective June 20, 2025, outlines prevailing wage rates for construction projects across Hawaii, including building, heavy, highway, and residential categories. It supersedes HI20240001. The document details minimum wage requirements under Executive Orders 14026 and 13658 for federal contracts subject to the Davis-Bacon Act, setting minimums at $17.75 and $13.30 per hour, respectively, with annual adjustments. It provides extensive classifications and wage rates for various trades, such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers (including detailed power equipment and dredging classifications), Ironworkers, Laborers (general, landscape, and underground), Painters, Glaziers, Soft Floor Layers, Tapers, Plasterers, Cement Masons, Plumbers, Roofers, and Sheet Metal Workers. The document also includes information on wage determination appeals processes and identifiers for union, weighted union average, and survey rates.
B08_Attach_4_Performance_Bond_SF25-23a_Exp_2027.pdf
PDF710 KB9/3/2025
AI Summary
Standard Form 25 (SF-25), a Performance Bond, outlines the contractual obligations between a Principal, Surety(ies), and the United States Government. This form ensures the Principal fulfills all contract terms, conditions, and modifications, including extensions and required guaranties. It also mandates that the Principal pays all federal taxes related to wages in construction contracts under 41 USC Chapter 31, Subchapter III. The bond becomes void if these conditions are met. The document details instructions for completing the form, including requirements for corporate and individual sureties, emphasizing that corporate sureties must be approved by the Department of the Treasury. It also specifies how liability limits are to be indicated, especially in co-surety arrangements, and provides guidance on signing and sealing the bond. The form is prescribed by GSA-FAR and is essential for ensuring contract performance and compliance in government undertakings.
Sol_140P8225B0006_Amd_0001.pdf
PDF90 KB9/3/2025
AI Summary
Amendment 01 to solicitation 140P8225B0006 announces a virtual bid opening for a government contract. The bid opening will be held via Microsoft Teams on September 9, 2025, at 12:00 PM Mountain Time. The amendment provides the hyperlink to join the meeting, along with the Meeting ID and Passcode. It also reiterates the requirement for offerors to acknowledge receipt of the amendment prior to the specified hour and date, either by completing and returning copies of the amendment, acknowledging it on the offer submitted, or by separate communication. Failure to acknowledge the amendment may result in the rejection of the offer. Michael Davidson is identified as the Contracting Officer.
B08_Attach_6_Contract_Bid_Schedule.docx
Word15 KB9/3/2025
AI Summary
The document, titled "CONTRACT PRICE SCHEDULE" (SOLICITATION NUMBER: 140P82225B0006), outlines the pricing requirements for a project at Haleakala National Park (HALE) to replace existing roofs at HQ-5 and HQ-13/15. This federal government solicitation requires offerors to submit a proposal conforming to the solicitation documents, including pricing for baseline items. The document specifies that for lump-sum items, only the total price is needed, while unit-priced items require both unit and extended total prices. It also clarifies that unit prices govern in case of extended price calculation errors, and the total of corrected amounts governs in summation errors. All totals and extended prices must be rounded to whole dollars. The project, identified as PMIS: 334103, focuses on a single contract line item (CLIN 00010) for the roof replacement. The notice also references FAR Clause 52.217-5, Evaluation of Options, as prescribed in FAR 17, emphasizing the importance of a complete and compliant offer.
B08_Attach_7_Contractor_Price_Proposal_Form_(rev6-26-25).xlsx
Excel42 KB9/3/2025
AI Summary
The document outlines a comprehensive Price Proposal Summary and Contractor Markup Calculator/Worksheet for government solicitations and contracts. It provides a structured framework for breaking down project costs into Direct Costs (DC) and Other Direct Costs (ODC), detailing categories such as materials, labor, equipment, onsite supervision, administration, travel, and support services. The document emphasizes the inclusion of contractor markups for overhead, profit, bonds, and General Excise Tax (GET), with varying GET rates based on location. It also includes instructions for developing a Work Breakdown Structure (WBS) for both direct and other direct costs, ensuring detailed unit quantities and prices rather than lump-sum pricing, especially for 8(a) sole source non-competitive solicitations. The document concludes with a list of UNIFORMAT II codes for building classification and a detailed breakdown of common items under ODC, serving as a guide for comprehensive and compliant price proposals.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 10, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineSep 8, 2025
expiryArchive DateSep 23, 2025

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
PWR HONO MABO(82000)

Point of Contact

Name
Davidson, Michael

Official Sources