Z--HI ADMIN SITE BUNKHOUSE ROOF REPLACEMENT

SOL #: 140FC326Q0006Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, CONSTRUCTION A/E TEAM 3
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Family Housing Facilities (Z2FA)

Set Aside

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

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Mar 19, 2026
3
Submission Deadline
Apr 9, 2026, 8:00 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 US Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting proposals for a Firm Fixed-Price Construction contract for the Bunkhouse Roof Replacement at the Hawaii Administrative Site in Honolulu, HI. This project involves comprehensive roof work, including solar panel handling and insulation repair. This is a Total Small Business Set-Aside. Quotes are due by April 9, 2026, at 10:00 AM local time.

Scope of Work

The project entails removing the existing shingle roof and installing new asphalt shingles on a 1-story building. It also includes gutter cleaning and repairs, vent cleaning, and spot insulation repair on a 2-story garage. A key component is the temporary disassembly, removal, reinstallation, and operational verification of existing rooftop solar panels. Contractors must verify dimensions and existing conditions, as no official engineered drawings are provided. All work must comply with Hawaiʻi State and local building codes, manufacturer wind resistance, and industry standards.

Contract Details

  • Contract Type: Firm Fixed Price Construction
  • Project Magnitude: $50,000 - $150,000
  • Period of Performance: April 13, 2026, to September 30, 2026
  • Set-Aside: Total Small Business (NAICS 236220, 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, due within 10 calendar days after award. A minimum two-year workmanship warranty is required.

Submission & Key Dates

  • Quotes Due: April 9, 2026, at 10:00 AM local time.
  • Submission Method: Electronically via email to Jessica_tines@fws.gov. A revised Bid Sheet must be used.
  • Additional Site Visit: An encouraged, non-mandatory site visit is scheduled for April 1, 2026, at 9:00 AM local time at 815 Makaleka Ave, Honolulu, HI 96814.
  • Contact: Jessica Tines (jessica_tines@fws.gov)

Additional Notes

This solicitation has been amended twice. Amendment 0001 provided responses to 42 bidder questions, clarifying scope and requirements. Amendment 0002 revised the Statement of Work and bid sheet, extended the quote due date, and added an additional site visit opportunity. Bidders should review all amendments carefully.

People

Points of Contact

Tines, JessicaPRIMARY

Files

Files

Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 19, 2026
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Feb 3, 2026
View
Version 1
Solicitation
Posted: Jan 8, 2026
View
Z--HI ADMIN SITE BUNKHOUSE ROOF REPLACEMENT | GovScope