Z--HI ADMIN SITE BUNKHOUSE ROOF 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 U.S. Fish and Wildlife Service (USFWS), specifically the FWS, Construction A/E Team 3, is soliciting proposals for a Firm Fixed-Price Construction contract for the Bunkhouse Roof Replacement at the Hawaii Administrative Site in Honolulu, HI. This opportunity is a Total Small Business Set-Aside. The project involves roof replacement, insulation repair, and solar panel work. Offers are due by February 10, 2026.
Scope of Work
This project entails the removal of the existing shingle roof and replacement with new asphalt shingles on a 1-story building, along with insulation spot repair on a 2-story garage at the Kapahulu Administrative Site. The scope also includes gutter cleaning and repairs, vent cleaning, and the temporary disassembly, reinstallation, and operational verification of existing rooftop solar panels. Contractors must verify dimensions during a site visit as no official engineered drawings or roof square footage are provided. The PV system scope is limited to reinstallation and verification; replacement of panels, racking, or inverters is not anticipated. Roofing materials must comply with Hawaiʻi State and local building codes, manufacturer wind resistance, and industry standards, with new materials subject to Government approval.
Contract Details
- Contract Type: Firm Fixed-Price Construction
- Period of Performance: February 17, 2026, to September 30, 2026
- Project Magnitude: $50,000 - $150,000
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 236220 (Small Business Size Standard: $45M)
- Bonding Requirements: Payment Bonds are required for awards over $35,000. Both Payment and Performance Bonds are required for awards over $150,000. Bonds are due within 10 calendar days after award.
- Warranty: A minimum two-year workmanship warranty is required, in addition to standard manufacturer warranties for materials.
Submission & Evaluation
- Offers Due: February 10, 2026, at local time.
- Submission Method: Electronically via email to Jessica_tines@fws.gov.
- Evaluation: Award will be made to the responsible respondent submitting the lowest evaluated price determined fair and reasonable, without discussions.
Additional Notes
- A site visit was recommended and scheduled for January 26, 2026, at 9 AM HT at 815 Makaleka Ave, Honolulu, HI 96814. RSVP was required.
- Work hours are restricted to 8:00 a.m. to 5:00 p.m., Monday through Friday.
- Contact for inquiries: Jessica Tines (jessica_tines@fws.gov).