VA-HARRISON LAKE NFH-ROOF REPLACEMENT
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 U.S. Fish and Wildlife Service (USFWS), under the Department of the Interior, is soliciting quotes for the replacement of the roofing system on the Main Office Building at Harrison Lake National Fish Hatchery. This project aims to restore weather resistance, ensure long-term performance, and preserve the building's historic character. This is a Total Small Business Set-Aside. Quotes are due Tuesday, June 2, 2026, at 3:00 PM EDT.
Scope of Work
The project involves the complete removal of the existing roofing system, inspection and necessary repair of the underlying roof structure, and the installation of a new roofing system. The new system must maintain the building's historic appearance, specifically using architectural (dimensional) asphalt shingles matching "Georgetown Gray" or an approved equivalent, and meet or exceed a minimum wind rating of 110 mph. Key deliverables include:
- Removal of existing shingles, underlayment, flashing, and roof accessories.
- Inspection and repair of decking and fascia boards.
- Installation of self-adhering ice and water shield, synthetic underlayment, continuous metal drip edge, starter strip shingles, and a ridge vent system.
- Replacement of flashing components and two bathroom exhaust vent covers.
- Ensuring all penetrations are properly sealed and watertight.
Contract & Timeline
- Contract Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: Mandatory, beginning within 11 calendar days after award and completing within 111 calendar days after Notice to Proceed (anticipated 06/22/2026 to 09/30/2026).
- Manufacturer's Warranty: Minimum 20 years for shingles.
- Contractor Workmanship Warranty: Minimum 5 years.
- Published Date: May 13, 2026
Submission & Key Dates
- Site Visit: Thursday, May 21, 2026, at 10:00 AM EDT. Attendance is encouraged but not required. POC: Chris Black, (804) 654-9750, christopher_black@fws.gov.
- Questions Due: Friday, May 22, 2026, at 3:00 PM EDT.
- Quotes Due: Tuesday, June 2, 2026, at 3:00 PM EDT.
- Submission Contact: Bill Koski, william_koski@ios.doi.gov.
- Offers must be valid for at least 30 calendar days after the due date and submitted in original and 1 copy.
Special Requirements
- The building will remain occupied; contractors must maintain safe access and coordinate staging areas.
- Compliance with OSHA, USFWS, and local safety regulations is mandatory.
- Work hours are limited to one-half hour before sunrise to one-half hour after sunset, Monday-Friday, unless authorized.
- Contractors must report discovery of endangered species or historical/archeological data immediately.
- Green procurement requirements apply, and all waste materials must be handled and disposed of in accordance with applicable laws.
- Payment requests must be submitted electronically through the Invoice Processing Platform (IPP), with certified payrolls required. Retainage of 5-10% may be withheld.
- Performance and payment bonds are not required.