Z--CONSTRUCTION, ROOF REPLACEMENT AT FORT MATANZAS NA

SOL #: 140P5426R0001Solicitation

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 Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 13, 2026, 10:00 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 National Park Service (NPS), under the Department of the Interior, is soliciting proposals for Roof Replacement at the Visitor Center and Law Enforcement Buildings located within Fort Matanzas National Monument, St. Augustine, FL. This is a Total Small Business Set-Aside competitive action with an estimated magnitude between $25,000 and $100,000. The project involves replacing existing cedar wood shake shingles and repairing associated components. Proposals are due by February 13, 2026, at 5:00 p.m. ET.

Scope of Work

The contractor will provide all labor, materials, tools, equipment, and supervision to replace roofs on two structures: the Visitor's Center/Interpretation Offices (approx. 19 squares) and the Law Enforcement Office/Garage (approx. 9 squares). Key tasks include:

  • Removal and disposal of existing roofing materials.
  • Replacement of rotted roof rafters, sheathing, soffit, and fascia as needed.
  • Installation of new ridge vents, peel and stick membranes, drip edge, and flashing.
  • Installation of Brava™ Cedar Shake shingles (color: "Weathered") with high-wind fasteners.
  • Repair or replacement of copper gutter systems and chimney caps. For the Law Enforcement building, new 20-ounce solid copper half-round gutters matching the Visitor Center style are required.
  • Removal of all construction debris and restoration of construction areas.
  • Compliance with OSHA, NPS Management Policies, Florida Building Code, and Brava™ Shake Installation Guidelines.
  • Clarifications from Q&A: The Visitor Center will remain open during construction, requiring strict safety measures (fencing, overhead protection, traffic control, clear signage, designated pedestrian pathways, and daily housekeeping). The government will provide a staging area. Copper flashings are required where they currently exist on the Visitor Center for historical compliance; other areas may use aluminum or non-steel products compliant with codes, but no steel is allowed due to the saltwater environment. NPS staff will remove building attachments prior to gutter work. The reference to a standing seam roof in the SOW is an error.

Contract Details

  • Contract Type: Firm-Fixed-Price Construction Contract.
  • Product Service Code: Z2JZ - Repair Or Alteration Of Miscellaneous Buildings.
  • NAICS Code: 238160 – Roofing Contractors (Size Standard: $19.0M).
  • Period of Performance: March 1, 2026, to March 1, 2027. Work must be completed within 364 calendar days after receiving notice to proceed.
  • Work Hours: 7:30 a.m. to 4:30 p.m., Monday through Friday, unless approved otherwise.
  • Bonds: Performance and Payment Bonds are required.
  • Wage Rates: Federal Construction Wage Rates for St. Johns County, Florida (Davis-Bacon Act) apply.

Submission & Evaluation

  • Proposals Due: February 13, 2026, at 5:00 p.m. ET.
  • Submission Method: Email offers to Tony_eusebio@nps.gov with the subject line: "Proposal 140P5426R0001".
  • Required Documents: Completed SF-1442, Technical Proposal, Capabilities and Experience, Past Performance Questionnaires, and Cost Proposal.
  • Evaluation Factors: Technical Approach, Past Performance, Experience, Technical Capability, and Cost Proposals.
  • Eligibility: Offerors must be registered in SAM.gov with an active Total Small Business designation and no active exclusions.

Additional Notes

A site visit was scheduled for January 28, 2026, and questions were due by January 30, 2026. Answers have been provided via an amendment. Contractors are responsible for field verifying all measurements and quantities.

People

Points of Contact

Eusebio, YujeiryPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 3, 2026
Version 2
Solicitation
Posted: Jan 13, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 17, 2025
View
Z--CONSTRUCTION, ROOF REPLACEMENT AT FORT MATANZAS NA | GovScope