Replace Roof, Visitor Center and Administration Building
PRE-SOLICITATION NOTICE:
The National Park Service, Contracting Operations Central, intends to issue an Invitation for Bid (IFB) solicitation for the Replace Roof, Visitor Center and Administration Building requirement for Fort Larned National Historic Site in Larned, Kansas.
Work will consist of:
a. Remove approximately 10538 Square Feet of western red cedar shingles.
b. Inspect and replace an estimated 15% of the 10538 SF of skip sheeting. Matching dimensional size and wood species.
c. Install approximately 10538 SF of fire retardant western red cedar wood shingles, hand nailing the shingle installation.
d. Detach the lightning protection system that will be affected with removal of the roof surfaces. Reinstallation will be by a certified UL listed installer and recertification is required.
e. Install debris containment (traps) in the attic space of structure and remove the traps and all debris form the attic space.
f. Contractor must provide safe access for the government and public to the structure during the entire project period.
g. Install new valley flashing and step flashing at each shingle course at all roof penetrations. Apron and counter flashing may be reused if undamaged and will be replaced if damaged. Use existing reglets in masonry joinery (mortar joints). Do not cut reliefs into masonry units.
h. Verifying all approximate quantities and dimensions in a document provided in the forthcoming solicitation.
i. Work shall be completed within 120 calendar days of the start date provided in the Notice to Proceed once a contract is awarded.
SOLICITATION NUMBER: 140P6025B0007
PROJECT MAGNITUDE: Between $100,000 and $250,000.
TYPE OF CONTRACT: If awarded, this will be a firm fixed price contract, expected to be awarded to a prime contractor in summer 2025 with performance to begin within 30 days of award/10 days of Notice to Proceed. Construction Wage Rate Requirements for Pawnee County, KS will apply.
North American Industry Classification System (NAICS) CODE CLASSIFICATION and SET ASIDE: The NAICS Code is 238160, and the size standard is $19 million. This project is set aside for 100% Total Small Business.
SITE VISIT: A site visit date, time, and meeting location will be announced in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site to ensure they fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance.
PUBLICIZING: The official solicitation (IFB) and its attachments will be issued and available on or about 7/08/2025 to the Contract Opportunities/SAM.gov website at: https://sam.gov/content/opportunities
The contracting office will not provide hardcopies or email copies of the solicitation.
REGISTRATIONS: To be awarded a contract, an offeror/bidder must have an UEI number and CAGE code The offeror must be registered and active in the System for Award Management (SAM), website at http://www.sam.gov, and have completed their Online Representations and Certifications at the time of the solicitation close date once the solicitation is posted.
A response is not required for this notice.
POINT OF CONTACT: James Bissaillon, Contract Specialist,
[email protected], (402) 800-8292.