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
    Description

    The Department of Defense, specifically the Army's Directorate of Public Works, is soliciting proposals for a firm-fixed-price contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This opportunity is categorized as an 8(a) set-aside under NAICS Code 238160, with a size standard of $19 million, and is intended to ensure the upkeep and functionality of critical infrastructure. The contract will span a five-year base period with a potential six-month extension, emphasizing the importance of safety compliance, quality control, and relevant past performance in the evaluation process. Interested bidders must submit their proposals by April 7, 2025, and can direct inquiries to 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
    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.
    Similar Opportunities
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The contract encompasses maintenance, repair, sustainment, and minor construction tasks aimed at ensuring the watertight integrity of various facilities, with an emphasis on compliance with local policies, safety standards, and industry codes. The anticipated project cost ranges between $10 million and $25 million, with a duration of five years, potentially extendable by six months, and the solicitation is expected to be released by November 2024, with awards projected by July 2025. Interested contractors can reach out to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further information.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    Roofing Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract aimed at small businesses. This contract will focus on the repair or alteration of miscellaneous buildings, specifically within the roofing sector, as classified under NAICS code 238160. The services procured are vital for maintaining the integrity and safety of military facilities. Interested contractors are encouraged to reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or by phone at 360-396-0262, or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil or 360-315-8317 for further details regarding the solicitation process.
    ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.
    GRADING, DRAINAGE AND PAVEMENT CONSTRUCTION, MAINTENANCE, AND REPAIRS POSTWIDE FORT NOVOSEL, ALABAMA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for grading, drainage, and pavement construction, maintenance, and repairs at Fort Novosel, Alabama. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a guaranteed minimum of $2,000 and a total potential value of up to $29.5 million over five years, contingent on exercised options. This contract is critical for maintaining and improving infrastructure at the military installation, ensuring compliance with federal regulations and safety standards throughout the project. Interested contractors must submit their proposals by March 10, 2025, at 10:00 AM EST, and can direct inquiries to Edward WojtanIII at edward.w.wojtan2.Civ@army.mil.
    Interior/Exterior Painting of Garrison Buildings
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the interior and exterior painting of public buildings at the United States Army Garrison and the United States Military Academy in West Point, New York. This procurement is set aside for 8(a) contractors and will be executed under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract format, which includes a base year and four option years, with a total budget estimated between $10 million and $25 million. The project requires contractors to provide all necessary labor, materials, and equipment, with specific task orders detailing the work to be performed, and emphasizes compliance with federal guidelines, safety protocols, and quality control measures. Interested contractors must submit their sealed bids by March 11, 2025, at 3:00 PM EST, and can direct inquiries to Lakenia M. Brown at lakenia.m.brown.civ@army.mil or by phone at 520-687-8138.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. This project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system and compliance with stringent safety and environmental standards. The initiative is crucial for enhancing the building's structural integrity and ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by April 22, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated cost for the project ranges between $500,000 and $1 million, with a performance period of 160 days post-award.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Tom Jenkins Dam Intake Structure Rubber Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is seeking contractors for the repair of the rubber roof on the intake structure of the Tom Jenkins Dam. This solicitation aims to address the maintenance needs of the dam's infrastructure, ensuring its operational integrity and longevity. The project falls under the NAICS code 238160, which pertains to roofing contractors, and is classified under the PSC code Y1PZ, indicating construction of other non-building facilities. Interested contractors can reach out to Robert Kinzel at robert.d.kinzel@usace.army.mil or call 304-399-5341 for further details regarding the procurement process.
    Request for Proposal W912DW25R0017 Aircraft Paint Shop
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Aircraft Paint Shop project under Request for Proposal W912DW25R0017. This procurement aims to construct a facility dedicated to the painting of aircraft, which is critical for maintaining the operational readiness and aesthetic standards of military aircraft. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for 8(a) certified businesses, emphasizing the government's commitment to supporting small businesses. Interested contractors can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or by phone at 425-923-8716, or Susan Newby at susan.f.newby@usace.army.mil or 206-764-6754 for further details.