Z--REPLACE ROOFS AND PAINT EXTERIORS OF BUILDINGS IN
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 Department of the Interior, National Park Service is soliciting proposals for a Firm Fixed-Price construction contract to replace roofs and paint exteriors of buildings at the Pine Island Maintenance Yard within Everglades National Park, Homestead, FL. This opportunity is a Total Small Business Set-Aside. Proposals are due April 21, 2026, at 1:00 p.m. ET.
Scope of Work
This project involves comprehensive roof replacement and exterior painting across multiple buildings (113, 114, 115, 116, 140, 158, 164, 186) at the Pine Island Maintenance Yard. Key tasks include:
- Roof Replacement: Full tear-off, replacement of deteriorated decking (up to 25% allowance), and installation of new 2-ply modified bitumen and standing seam metal roofing systems, insulation, and coverboard. Minimum 20-year manufacturer warranties are required for metal and SBS roofing, with a 2-year installer warranty for SBS.
- Exterior Painting: Preparation and painting of all exterior building surfaces, including soffits, fascia, and trim, ensuring finishes match existing. Interior painting is not included.
- Building 116 Specific Work: Removal of an existing barn door, construction of a fully enclosed wall, and repair of an adjacent wall.
- Ancillary Construction: Installation of seamless gutters and downspouts (replacement in-kind where existing), sheet metal flashing, joint sealants, and electrical components including low-voltage power conductors, grounding, and UL/NFPA-compliant lightning protection systems for all eight buildings.
- Demolition: Selective demolition of building elements and removal of existing construction.
- Historic Preservation: Work on "Contributing" historic buildings (113, 114, 115, 116, 140, 158, 164) must follow specific Historic Preservation Treatment Procedures and a submitted plan.
Contract Details
- Contract Type: Firm Fixed-Price Construction.
- Estimated Magnitude: Between $750,000 and $1,500,000.
- Period of Performance: April 27, 2026, to September 25, 2026.
- Set-Aside: Total Small Business (NAICS Code: 238160, Roofing Contractors, with a $19.0M size standard).
- Bonds: A Bid Guarantee (Bid Bond) of 20% of the bid total is required. Performance and Payment Bonds are required upon award.
- Wage Determination: FL20260215 (effective Jan 2, 2026) for Miami-Dade County, FL, applies.
Submission & Evaluation
- Proposals Due: April 21, 2026, at 1:00 p.m. ET.
- Submission: Proposals and the revised Past Performance Questionnaire (PPQ) must be submitted via email to William_Vazquez@ios.doi.gov.
- Evaluation Factors: Technical Approach, Past Performance, Experience, Technical Capability, and Cost Proposals. Technical factors are significantly more important than cost.
- Site Visit: A site visit was conducted on March 24, 2026.
- Registration: Contractors must be registered in SAM.gov and have current representations and certifications.
Additional Notes
A site superintendent (prime contractor's employee) is required. Strict compliance with OSHA and NFPA 241 safety standards, a Construction Waste Management Plan (60% diversion target), and pollution prevention practices are mandatory. The Government will handle hazardous material abatement if encountered.