Replace Roof, Visitor Center and Administration Building
Fort Larned National Historic Site, Larned, Kansas
SOURCES SOUGHT
The National Park Service (NPS) is conducting a sources-sought market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey.
The work will take place at Fort Larned National Historic Site, Larned, Kansas.
Background: Fort Larned served as US military outpost to protect US Mail service from 1859 to
1880¿s before being decommission and sold. It served as a ranch and farm until it became a
National Historic Site in 1968 and is managed by the National Park Service. The fort consists of 9
original structures from the 1800¿s and one reconstructed building. This contract work is focused
upon the Visitor Center/ Administration building. This building is in the North-northwest corner of
the parade ground. The structure is a single-story T-shape stone structure that measures
approximately 150-foot, x 40-foot with a 35-foot by 30-foot centered addition and a covered porch
approximately11-foot wide and the length of the building. The roof penetrations include five brick
chimneys, lightening protection system and antennas for security cameras. Lightening protection
system is attached to roof and chimneys, with grounding connections.
Work consists 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.
The NAICS code for this project is 238160, Roofing Contractors, with a small business size standard of $19M. The Magnitude of Construction is between $100,000 and $250,000. Interested contractors should also consider their construction bonding capacities when responding.
Contractors must be registered as a small business and any socio-economic groups represented in SAM (System for Award Management) under NAICS code 238160 to be considered/confirmed.
All specifications documents/drawings will be provided if/when the government proceeds with a formal solicitation.
Interested firms must submit the attached Market Research Sources Sought Survey.
This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not an invitation for bid (IFB) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov.
All responses must be submitted via email not later than 9:00 AM CDT, May 27, 2025, to james_bissaillon@nps.gov. Include reference number 140P6024B0007 in the email subject line.