Opportunity

SAM #1305M326Q0183

NOAA NWS Metal-to-Metal Roof Overlay Installation – Melbourne, FL

Buyer

DEPT OF COMMERCE NOAA

Posted

May 06, 2026

Respond By

May 20, 2026

Identifier

1305M326Q0183

NAICS

238160, 238190

NOAA's National Weather Service is seeking a contractor for a comprehensive metal-to-metal roof overlay installation at its Weather Forecast Office in Melbourne, FL. - Government Buyer: - National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), Weather Forecast Office, Melbourne, FL - Western Acquisition Division, Seattle, WA (contracting office) - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in the solicitation - Products/Services Requested: - Metal-to-metal roof overlay panels with: - UL 263 Fire Resistant Rating - UL2218 Class 5 Hail Resistant Rating - ASTM E1592 Class 90 Wind Rating - ASTM E-1680 Air Penetration Approved - ASTM E-1646 Water Infiltration Approved - Minimum 24-gauge thickness, 16" seam spacing max, painted green to match existing roof - Removal, modification, and reinstallation of the lightning protection system (NFPA compliant) - Roof insulation materials (minimum 15 lb. self-adhesive insulation sheets and valley metal) - Roof accessories: four new downspouts, drip edging, z-bar flashing, flashing at penetrations, caulking of parapet wall flashing seams - Complete removal and disposal of the existing roof system - All labor, supervision, tools, equipment, and materials for installation - Unique or Notable Requirements: - Compliance with Davis-Bacon Act wage determinations - Payment bond or irrevocable letter of credit required for quotes over $35,000 - Lightning protection system must be certified to current NFPA standards, with shop drawings and certification required - Contractor must provide warranties and ensure safety and environmental compliance - Color matching of new roof panels to existing roof - Small business set-aside under NAICS 238160 - Site visits are recommended but not mandatory - Period of Performance: - 60 days from Notice to Proceed; work must begin within five business days of notice - Work must start within one business day of award and be completed within 60 days - Place of Performance: - National Weather Service Forecast Office, 421 Croton Road, Melbourne, FL 32935-6343

Description

THERE IS NO INCUMBENT; THIS IS A NEW REQUIREMENT.COMBINED SYNOPSIS/SOLICITATIONProvide and install a metal-to-metal roof overlay at the National Weather Service (NWS) Weather Forecast Office (WFO) in Melbourne, FL per the attached Statement of Work.(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.Solicitation number 1305M326Q0183 is issued as Request for Quotation (RFQ) for the provision and installation of a metal-to-metal roof overlay in Melbourne, FL.This acquisition is set-aside for small business concerns. The associated NAICS code is 238160. The small business size standard is $19.0M. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).CLIN 0001 – Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for the installation of a metal-to-metal roof overlay at the National Weather Service (NWS) Weather Forecast Office (WFO) in Melbourne, FL, in accordance with the Statement of Work. Period of Performance: 60 Days from Notice to Proceed but sooner is desired.(iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions.THE STATEMENT OF WORK (SOW) AND BUILDING PHOTOS ARE ATTACHED (ATTACHMENT 1 AND 2, RESPECTIVELY).THE DAVIS-BACON ACT GENERAL DECISION (GD) FL20260196, POSTED ON 01/02/2026 (ATTACHMENT 3) WILL BE INCORPORATED AND MAY BE VIEWED AT WWW.SAM.GOVPROVIDE A COMPLETED AND SIGNED CONSTRUCTION ORDER CERTIFICATIONS AND OTHER STATEMENTS OF QUOTERS (ATTACHMENT 4) WITH QUOTE.SEE THE ATTACHED SF 18 WITH THE TERMS AND CONDITIONS WHICH ALL QUOTERS MUST BE IN COMPLIANCE WITH TO BE ELIGIBLE FOR AWARD.QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF 18 FORM OR ON COMPANY LETTERHEAD.A PAYMENT BOND OR IRREVOCABLE LETTER OF CREDIT WILL BE REQUIRED UNLESS YOUR QUOTE IS UNDER $35,000.00.(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see RFO part 47).This is a mission critical requirement. Work must begin within five (5) business days after receipt of Notice to Proceed. Project is to be completed no later than 60 Days from Notice to Proceed but sooner is desired.The purchase order award date is an estimate. If there is a significant delay in awarding this contract, an updated quote may be requested.Place of Performance:National Weather Service Forecast Office421 Croton RoadMelbourne, FL 32935-6343(v) A list of solicitation provisions that apply to the acquisition can be found in the attached SF 18.(vi) A list of contract clauses that apply to the acquisition can be found in the attached SF 18.(vii) Quotes are required to be received in the contracting office no later than 10:00am MDT on WEDNESDAY, MAY 20, 2026. All quotes must be submitted electronically via email to kerri.coffey@noaa.gov. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.(viii) Any other additional information required by 5.101(c).SITE VISIT INFORMATIONA site visit is highly recommended but not required. Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. To set up a time to visit the site please contact the following:Primary contact: Michael Hicks, Facility Engineering TechnicianCell Phone: (682) 304-7794MICHAEL.HICKS@NOAA.GOV Secondary / Local point of contacts:Dan Milner, ESAMike Thomas, Electronic TechOffice Phone: (321) 255-0212All questions during the site visit should be submitted electronically to KERRI.COFFEY@NOAA.GOVPer NOAA Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Contracting officers will not consider those representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

View original listing