Z--REPLACE ROOFS AND PAINT EXTERIORS OF BUILDINGS IN

SOL #: 140P5426R0002Solicitation

Overview

Buyer

Interior
National Park Service
SER SOUTH MABO (54000)
HOMESTEAD, FL, 33034, United States

Place of Performance

Place of performance not available

NAICS

Roofing Contractors (238160)

PSC

Repair Or Alteration Of Maintenance Buildings (Z2EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 21, 2026, 5:00 PM

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 by April 21, 2026, at 1:00 PM ET.

Scope of Work

This project involves comprehensive roof replacement and exterior painting for 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 sheathing/deck boards (with a 25% allowance for deterioration per building, beyond which is a change order), and installation of new roofing systems (2-ply modified bitumen and standing seam metal roofs, insulation, coverboard).
  • Exterior Painting: Comprehensive preparation and painting of all exterior building surfaces, including soffits, fascia, and trim. Exterior underdeck areas and exposed ceilings are included. Interior painting is excluded.
  • Building 116 Specific Work: Removal of an existing barn door, construction of a fully enclosed wall, and repair of an adjacent wall to address leaks.
  • Ancillary Construction: Installation of seamless gutters and downspouts (replacing existing in-kind), sheet metal flashing, joint sealants, and various electrical components including low-voltage power conductors, grounding, bonding systems, and UL/NFPA-compliant lightning protection for all eight buildings.
  • Demolition: Selective demolition of existing building elements. All work must adhere to manufacturer's guidelines, local building codes, OSHA, NFPA 241 safety standards, and environmental regulations (including a Construction Waste Management Plan). Work on "Contributing" historic buildings requires specific Historic Preservation Treatment Procedures.

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.
  • Bonds: A Bid Guarantee (Bid Bond) of 20% of the bid total is required. Performance and Payment Bonds are required upon award.

Submission & Evaluation

  • Proposal Submission: Proposals must be submitted via email to william_vazquez@ios.doi.gov.
  • Proposal Due Date: April 21, 2026, at 1:00 PM ET.
  • Evaluation Factors: Proposals will be evaluated based on Technical Approach, Past Performance, Experience, Technical Capability, and Cost Proposals. Technical factors are significantly more important than cost.
  • Required Attachments: Specifications, Drawings, Past Performance Questionnaires, and Wage Determination. Offerors must acknowledge receipt of all amendments.

Eligibility & Set-Aside

  • Set-Aside: Total Small Business Set-Aside. Bidders must have a small business designation in their SAM.gov registration.
  • NAICS Code: 238160, Roofing Contractors, with a standard business size of $19.0M.
  • Site Superintendent: A site superintendent, who is the prime contractor's employee, is required.

Important Notes

  • Wage Determination: General Decision Number FL20260215 (effective Jan 2, 2026) outlines prevailing wage rates and fringe benefits for construction in Miami-Dade County, FL. Bidders must incorporate these rates.
  • Hazardous Materials: No asbestos or hazardous materials survey has been performed. If suspect materials are encountered, work must stop, and the Government will be notified for separate abatement.
  • Coordination: Extensive coordination with the Contracting Officer, other trades, and utility companies is mandatory.
  • Submittals: Required submissions include a detailed construction schedule, Accident Prevention Plan (APP), Historic Preservation Treatment Plan (HPTP), product data, shop drawings, and comprehensive closeout documents.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Apr 8, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 7, 2026
Version 2
Solicitation
Posted: Mar 10, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 28, 2026
View
Z--REPLACE ROOFS AND PAINT EXTERIORS OF BUILDINGS IN | GovScope