Z--Removal and Replacement of Roof in Melbourne, FL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Oceanic and Atmospheric Administration (NOAA), through the National Weather Service (NWS), is soliciting quotes for the removal and replacement of the existing standing seam metal roof at the Weather Forecast Office (WFO) in Melbourne, FL. This is a new requirement with no incumbent. The new roof must be designed to withstand a Category 5 hurricane. This acquisition is a Small Business Set-Aside. Quotes are due by Friday, May 29, 2026, at 10:00 AM MDT.
Scope of Work
The project involves the non-personal services for the removal of the existing standing seam metal roof and the installation of new metal roofing/roof panels on both the main WFO office and the WFO generator building. Key tasks include:
- Removal of existing metal roof panels and installation of new ones.
- Installation of a new moisture barrier, 4-inch downspouts on the North side, drip edging, and z-bar flashing.
- Installation of flashing at penetrations and caulking of parapet wall flashing at seams.
- Reinstallation of lightning rods with galvanic insulating pads and modification of existing Building Lightning Protection Systems to comply with NFPA Code.
- Provision of factory-fabricated or onsite-fabricated metal roof panels painted green, similar to the existing color.
- Work must not affect the 24-hour operational mission of the WFO.
Performance Standards: Materials must comply with UL 263 (Fire Resistant), UL2218 Class 5 (Hail Resistant), ASTM E1592 Class 90/157 mph (Wind), ASTM E-1680 (Air Penetration), and ASTM E-1646 (Water Infiltration). The new roof must have a minimum 1.5" seam height, 24-gage panel thickness, and maximum 16" seam spacing. A two-year workmanship warranty and a twenty-year manufacturer's material and labor warranty for watertightness are required.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Small Business Set-Aside
- NAICS Code: 238160 (Roofing Contractors)
- Small Business Size Standard: $19.0 Million
- Period of Performance: Work must begin within one business day of award, with on-site work completed within seven calendar days of receiving all parts/equipment. The entire project must be completed no later than 60 days from the Date of Award, though sooner is desired.
- Place of Performance: National Weather Service Forecast Office, 421 Croton Road, Melbourne, FL 32935-6343.
Submission & Evaluation
Quotes must be submitted electronically to kerri.coffey@noaa.gov by Friday, May 29, 2026, at 10:00 AM MDT. Required submission components include:
- Completed and signed SF 18 and SF 30(s).
- Quoter's Unique Entity ID (UEI) / CAGE Code.
- Responses addressing technical approach, experience, and price.
- A completed and signed Construction Order Certifications (Attachment 5).
- Proof of a minimum of five years of experience in removing and installing metal roofs.
- Manufacturer's authorization for installation and warranty eligibility documentation.
Evaluation Factors: Technical Approach, Experience, and Price. Technical Approach and Experience are of equal importance and, combined, are more important than Price. Quoters must have an active registration in SAM.gov.
Key Dates & Contacts
- Quote Due Date: May 29, 2026, 10:00 AM MDT
- Questions Due Date: Friday, May 22, 2026 (submit to kerri.coffey@noaa.gov)
- Site Visit: Highly recommended but not required. To schedule, contact Michael Hicks (682-304-7794, MICHAEL.HICKS@NOAA.GOV) or Dan Milner/Mike Thomas (321-255-0212). Questions during the site visit should be submitted electronically to KERRI.COFFEY@NOAA.GOV.
- Contracting Officer: Kerri Coffey (kerri.coffey@noaa.gov, 303-578-6861).
Special Requirements
The Davis-Bacon Act applies, requiring adherence to prevailing wage rates for Brevard County, FL. A payment bond or irrevocable letter of credit will be required for quotes of $35,000.00 or more. Bidders are responsible for all supervision, labor, tools, materials, equipment, disposal of debris, site cleanup, and obtaining necessary permits/licenses. Compliance with all federal, state, and local laws, building codes, and environmental/safety regulations is mandatory.