Z--Siding 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 National Park Service (NPS), MWR Ohio, has issued a Solicitation for Siding Replacement at the Indiana Dunes National Park Headquarters. This project involves comprehensive exterior renovations for buildings B-101 (Ranger Station), B-104 (Headquarters), and B-105 (Pump House). This is a Total Small Business Set-Aside with an estimated magnitude of construction between $500,000 and $1,000,000. The response date has been extended to Wednesday, April 22, 2026, at 12:00 PM EST.
Scope of Work
The project requires providing all labor, materials, tools, and equipment for:
- Siding Replacement: Removal of existing siding and insulation, evaluation and potential replacement of underlying OSB and framing (estimated 10%), and installation of new fiber cement lap siding. This includes adding framing to reduce spacing to 16" or less (estimated 10% of walls).
- Exterior Components: Replacement of damaged wood trim, fascia (estimated 10%), gutters, downspouts, and window sills/trim (estimated 25%).
- Utilities: Removal and re-installation of exterior conduits, plumbing lines, and communication cables to be concealed under the new siding.
- Painting: Painting of front porches and concrete tank surface area.
- Bid Option 1 (Roof Replacement): EPDM roof replacement for B-101 and B-105, including new gutters, metal flashing, and decking/framing repair.
- Bid Option 2 (Window Replacement): Replacement of 22 windows across B-101 and B-104, including demolition and new aluminum-clad wood windows. Existing windows will be replaced in kind, but contractors must verify all measurements in the field.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: 120 calendar days from Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 Million.
- Place of Performance: 1100 Mineral Springs Rd, Porter, IN 46304.
Submission & Evaluation
Proposals must be submitted electronically via email to jarrod_brown@ios.doi.gov. Required documents include the SF Form 1442, acknowledged amendments (SF 30 or Block #19 on SF 1442), Bid Schedule, SF24 Bid Guarantee (20% of bid price, not to exceed $3M), and a Completed Limitation on Subcontracting Report Worksheet.
- Limitations on Subcontracting: FAR 52.219-14 applies, requiring 15% cost-of-contract performance for general construction. A report is required at each progress payment milestone.
- Wage Determination: General Decision No. IN20260054 (Residential) is incorporated; contractors are responsible for proper classification and payment of prevailing wages.
- Site Conditions: Bidders are urged to visit the job site. The 10% assumption for OSB/framing replacement is not a cap on government liability for differing site conditions. No Hazardous Materials Assessment (HMA) or asbestos survey has been conducted; contractors are responsible for lead hazard identification and abatement.
Key Dates & Contact
- Response Due: Wednesday, April 22, 2026, 12:00 PM EST.
- Primary Contact: Jarrod Brown, jarrod_brown@nps.gov, 330-468-2500.