POST-WIDE MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION, OF A WIDE VARIETY OF ROOFING SYSTEMS DIRECTORATE OF PUBLIC WORKS
ID: W56ZTN25R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABERDEEN PROVING GROU, MD, 21005-3013, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Army's Directorate of Public Works, is soliciting proposals for a competitive 8(a) set-aside contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This contract, classified under NAICS Code 238160 with a size standard of $19 million, will be structured as a firm-fixed-price, indefinite delivery requirements-type construction contract, anticipated to span five years with a potential six-month extension. The project is critical for ensuring the integrity and safety of roofing systems, particularly in managing hazardous materials such as asbestos during removal and installation processes. Interested contractors must submit their proposals electronically by April 28, 2025, adhering to the detailed submission requirements and evaluation criteria outlined in the solicitation documents. For further inquiries, potential bidders can contact Debora Cristina Cardoso Thelen at debora.c.cardosothelen.civ@army.mil or Barbara Cousins at barbara.d.cousins.civ@army.mil.

Point(s) of Contact
Debora Cristina Cardoso Thelen
debora.c.cardosothelen.civ@army.mil
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The document outlines a five-year roofing contract proposal that encompasses various roofing and removal services, focusing on the disposal and replacement of materials containing asbestos, asphalt, and other types of roofing systems. Key components include the removal of non-friable and friable asbestos roofing, the installation of asphalt shingles, and upgrades to built-up and modified bitumen systems. Specific tasks are categorized into distinct item numbers ranging from asbestos-related work to metal roofing and flashing installation, with measurements provided in square feet and linear feet. Pricing for each item remains unspecified, denoting a total of zero at this stage. The proposal adheres to federal and state regulations regarding asbestos handling and roofing materials, indicating a structured approach to managing hazardous materials while enhancing roofing integrity. This RFP aims to engage contractors capable of executing comprehensive roofing solutions while maintaining compliance with safety and environmental standards. Overall, it serves as a crucial framework for organizing future roofing projects across both state and local levels.
Apr 10, 2025, 4:06 PM UTC
The document outlines a government Request for Proposals (RFP) for a competitive 8(a) set-aside construction contract focused on the maintenance, repair, demolition, and installation of roofing systems at Aberdeen Proving Ground, Maryland. The contract, designated with a NAICS Code of 238160 and a size standard of $19M, is for a firm-fixed-price, indefinite delivery over a five-year base period with a possible six-month extension. Key aspects include a mandatory site visit, detailed submission instructions, and strict pricing evaluations for bidders. Proposals must include technical, past performance, and price details divided into specified volume formats. The evaluation criteria emphasize technical capability, safety records, and qualified personnel, with a strong focus on past performance relevance. The document sets forth extensive requirements for bonding capacities, quality control measures, and safety compliance, underscoring the government's commitment to safety and regulatory standards. The proposal deadline is April 7, 2025, requiring all submissions to be compliant with outlined terms and conditions to be deemed acceptable for consideration.
Apr 10, 2025, 4:06 PM UTC
The document constitutes an amendment to a solicitation for a construction project involving maintenance, repair, and installation of roofing systems at Aberdeen Proving Ground, Maryland. Key changes include the assignment of Erin Hynes as the new Contracting Officer and the extension of deadlines for RFI Questions to April 16, 2025, and RFP submissions to April 28, 2025. It details submission requirements for proposals, instructing offerors to submit electronically, with mandatory formats and specific volume guidelines. Each proposal must comprise four distinct volumes, focusing on technical approach, past performance, pricing, and compliance with solicitation documents. Special attention is given to quality control, safety measures, and key personnel qualifications. The document emphasizes the need for technical competence, bonding capacity, and effective management of subcontractors. The solicitation is structured to assess not only the bidder's capability but also their compliance with federal regulations and safety standards. This competitive process ensures that submitted proposals meet the necessary criteria for selection, adhering to good practices in government procurement.
Similar Opportunities
DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
Buyer not available
The Department of Defense, specifically the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project entails comprehensive roofing tasks including removal, installation, repair, sealing, and replacement of roofs across various buildings, ensuring they remain watertight and compliant with safety and industry standards. This contract is crucial for maintaining the integrity of Army facilities and is expected to have a total value between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should monitor Sam.gov for updates on the forthcoming solicitation, which is anticipated to be released by November 2024, and may contact Melanie Palmas at melanie.d.palmas.civ@army.mil for further inquiries.
BEJ Maintenance Compound Roof Replacements
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) aimed at roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is exclusively set aside for small businesses, with a focus on the roofing contractors under NAICS code 238160, which has a small business size standard of $19 million. The contract will cover work in the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested parties can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details.
IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for a multiple award construction contract (MACC) set aside for small businesses, focusing on new construction, renovation, and repair of roofing projects at various government installations. The procurement aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with work primarily anticipated in California, covering a range of roofing systems and associated tasks, including installation, maintenance, and emergency repairs. The total estimated value of the contracts is $200 million, with task orders ranging from $100,000 to $7.5 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details, and must register on the SAM.gov website to access the solicitation, which will be available in electronic format only.
Building 17W Loading Dock Slab Repairs
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified contractors to undertake repairs on the loading dock slab of Building 17W located in Bethesda, Maryland. The contractor will be responsible for all aspects of the project, including engineering design, construction, labor, and supervision necessary to address damage to the underside of the loading dock slab. This project is critical for maintaining the operational integrity of government-owned facilities, and the procurement is set as a competitive Total 8(a) set-aside, meaning only offers from 8(a) certified firms will be accepted. The anticipated solicitation number is N0016725R1002, with a projected release date of April 28, 2025, and the contract is expected to be a Firm Fixed Price type with a performance period concluding no later than September 30, 2025. Interested parties can contact Pamela Ganster at pamela.ganster1@navy.mil or Ronald Smiley at ronald.v.smiley.civ@us.navy.mil for further information.
Z2DA--542-25-108 | Replace Roof and Remediate Building 3 Stair Tower
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 4, is soliciting proposals for a construction project to replace the flat roofs and remediate water damage in Building 3 at the Coatesville VA Medical Center in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure a complete roofing system, as well as addressing mold and mildew issues, and patching and painting affected walls and ceilings. This project, valued between $50,000 and $100,000, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, reflecting the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by the specified deadline, with a site visit scheduled for May 25, 2025, and work expected to commence within ten days of the notice to proceed, to be completed within 45 days. For further inquiries, contact Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Repair Roof, Building 4066 OPS Training
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the roof at Building 4066, OPS Training, located at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as Project No. 7394485, involves addressing various roof deficiencies and requires coordination with a designated Contracting Officer Representative, ensuring minimal disruption to ongoing operations. The contract is set aside for small businesses under the Roofing MACC contractors, with an estimated bid range of $25,000 to $100,000, and proposals are due by May 13, 2025. Interested contractors should direct inquiries to Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil, and must comply with prevailing wage laws and safety regulations throughout the project.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails replacing approximately 27,882 square feet of roofing on six buildings, including the removal of existing roofing materials and structural components, with compliance to federal regulations regarding asbestos management and construction standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, and are encouraged to contact primary point Tariq Abdullah at tariq.abdullah.1@us.af.mil or 660-687-2594 for further details.
Y--PARKER SERVICE STATION ROOF REHAB
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the rehabilitation of the roof at the Parker Service Station. The project entails the demolition of the existing roof, installation of new trusses, and application of a standing seam metal roof, with necessary asbestos abatement in specific areas being managed by a certified contractor. This procurement is categorized as a total small business set aside under NAICS code 238160, with an estimated budget between $25,000 and $100,000, and a fixed-price contract will be awarded based on the lowest price technically acceptable method. Interested parties should note that a Request for Proposal (RFP) is expected to be issued around April 28, 2025, and must register on SAM.gov for notifications and submission instructions; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.