SOLICITATION NOTICE
Z -- Z--RE-ROOF MUIR HOUSE
- Notice Date
- 6/9/2025 9:43:18 AM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
- ZIP Code
- 94104
- Solicitation Number
- 140P8525Q0056
- Response Due
- 7/11/2025 12:00:00 PM
- Archive Date
- 07/26/2025
- Point of Contact
- Roppolo, Brian, Phone: 2062204215
- E-Mail Address
-
brian_roppolo@nps.gov
(brian_roppolo@nps.gov)
- Description
- PRE-SOLICITATION ANNOUNCEMENT JOHN MUIR NATIONAL HISTORIC SITE JOMU Roofing Replacement RFP No. 140P8525Q0056 The National Park Service (NPS), John Muir National Historic Site located in California, has a requirement to replace the wood shingles on the John Muir House. This project is to replace 1500 square feet (+- 100 sq.ft.) of ASTM E108 UBC 15-4 cedar Class �B� wooden shingles on the John Muir House in Martinez, Ca. The shingle orientation will be replaced in kind with 24 inch long, x 3�-16� inch wide cedar wooden shingles maintaining a 4 � inch exposure throughout. The project includes replacement of all ridge boards. Work to be Performed Remove lightning rods, cables and fasteners and store for re-use. Remove all existing wood shingles, any felt and ridge boards taking great care as to not damage the roof sprinkler system, skip sheathing, moldings or rafters. Roof sprinkler system may be disassembled but must be reassembled to existing condition. Replace or repair any damaged moldings and any damaged skip sheathing. All wood and metal debris must be disposed of or recycled legally off site. Contractors are encouraged to recycle any material possible. Repair or replace any damaged metal roofing, vents, crickets or flashing. Repair, re-prime and paint any damaged or new painted wood surfaces with 1 coat Dunn Edwards EZ Prime 708 exterior latex wood primer or equivalent and two coats of Dunn Edwards �Smoke White� #DE 1089 W701 Evershield exterior flat latex paint or equivalent. A mold inhibitor will be added per manufactures recommendations to all paints. Paint applied with airless paint sprayer or roller must be back brushed. Paint any damaged metal surfaces with two coats of Dunn Edwards �Smoke White� #DE 1089 W701 Evershield exterior flat latex paint or equivalent. NOTE: Paint must be applied per manufacturer�s specifications including temperature and climate conditions. All waste paint and thinner must be contained and disposed of legally off site. All unused paint and solvents will be removed daily. Install any flashing that was removed or replace any that were damaged. Repair instead of replacement of any damaged flashing must be approved by COR prior to the repairs. Install new shingles manufacturers per specifications. Shingles are to be installed with a 4 � inch exposure. Install new ridge boards and any moldings that were removed. Re-install roof sprinkler system. Re-install lighting rods, cables and fasteners adhering to any applicable building or fire codes. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238160; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $$25,000 to $100,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 25 June 2025, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 11 July 2025. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ. An organized site visit has not been scheduled. If one is required/requested information on the site visit will be included in the solicitation. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor�s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2b23460d89184af4a6dcde800ecc077e/view)
- Record
- SN07470426-F 20250611/250609230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |