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, is soliciting proposals for a contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This competitive procurement is set aside for 8(a) small businesses and will result in a firm-fixed-price, indefinite delivery contract with a five-year base period and a potential six-month extension. The services are critical for maintaining the integrity and safety of military facilities, ensuring compliance with federal regulations, and upholding quality standards in construction practices. Interested contractors must submit their proposals electronically by October 6, 2025, and can direct inquiries to Debora Cristina Cardoso Thelen at debora.c.cardosothelen.civ@army.mil or Erin L. Hynes at erin.l.hynes.civ@army.mil.

    Point(s) of Contact
    Debora Cristina Cardoso Thelen
    debora.c.cardosothelen.civ@army.mil
    Files
    Title
    Posted
    This government file outlines a comprehensive base pricing schedule for various roofing, sheet metal, and related construction services across two distinct geographical areas: APG North and South (Aberdeen Proving Ground and Former Edgewood arsenal) and the Adelphi Laboratory Center (ALC). The document details a wide array of services, including removal and disposal of different types of roofing (asbestos, asphalt, modified bitumen, metal, slate, EPDM, TPO), installation of new roofing systems, insulation, roof decking repair, sheet metal work (flashing, gutters, downspouts), caulking, painting, roof inspection and testing, temporary scaffolding, snow guards, ventilators, lightning protection systems, roof hatches, ladders, and safety rail systems. Each item specifies the unit of measure and estimated quantities for a five-year period for both locations, with specific instructions for calculating total prices based on base unit prices and ALC coefficients. The document emphasizes compliance with federal and state regulations, particularly for asbestos and lead-based paint removal, and outlines requirements for material quality and warranty standards.
    The document outlines a government Request for Proposals (RFP) regarding roof system installations and related services across various materials and configurations. It categorizes specific tasks into 36 sub-items, each detailing procedures for the removal, installation, or repair of different roofing types, including asbestos, asphalt, built-up, modified bitumen, metal, slate, EPDM, and more. Key tasks include the removal and disposal of various roofing materials, the installation of new roofing systems with adherence to federal and state regulations, and options for insulation types. The document emphasizes contractor responsibility for compliance with safety and environmental standards, particularly concerning hazardous materials like asbestos. This RFP serves as a foundational resource for contractors intending to participate in government projects, providing essential specifications for bidding and execution of roofing contracts within prescribed parameters. Overall, the document reflects the government’s commitment to maintaining safe and effective roof infrastructure in its facilities, while ensuring thorough regulatory compliance.
    The document outlines the base pricing for various roofing and removal services associated with a federal contracting project at Aberdeen Proving Ground. It specifies detailed pricing structures, unit measures, and quantities for tasks involving asbestos and asphalt roofing removal, roofing installations, and repairs across different sections (CLINs) for the North/South region and the Adelphi Laboratory Center. Each item includes costs for labor, materials, and disposal requirements, adhering to federal and state regulations such as the Davis-Bacon Act. The pricing format allows for calculations concerning quantities and coefficients based on location-specific wage determinations. Instructions are provided for contractors to document their pricing accurately while emphasizing compliance safety and regulatory adherence throughout the contracting period. This initiative demonstrates the government's focus on maintaining facility safety and structural integrity while managing hazardous materials through calculated expense assessments and adherence to legal standards.
    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.
    A pre-solicitation site visit was conducted on March 12, 2025, for the W56ZTN-25-R-0003 Post Wide Roofing Requirements Contract. The visit provided prospective bidders with an overview of the Aberdeen and Edgewood areas and discussed contract requirements. Various personnel from contracting companies and government agencies, including Mission Contracting, KUNJ Construction, Ark Construction, and the Army Contracting Agency, attended. Attendees were instructed to submit all questions as Requests For Information (RFI) electronically through the KO/KS to ensure all participants received consistent information. This event is a crucial step in the federal government's procurement process for roofing services.
    The file outlines a pre-solicitation site visit conducted for the Post Wide Roofing Requirements Contract on March 12, 2025. The visit aimed to provide prospective bidders with an overview of the Aberdeen and Edgewood areas and to discuss contract requirements. It was attended by multiple representatives from various construction firms, alongside key government personnel including project managers and contracting agency officials. Attendees were encouraged to submit questions through a Request For Information (RFI) process, ensuring that all participants received consistent answers. This document is part of the federal government's procurement process, facilitating the acquisition of roofing services through competitive bidding while ensuring transparency and collaboration among contractors and government stakeholders.
    The document serves as an amendment to a solicitation for a five-year contract regarding maintenance and repair of roofing systems at Aberdeen Proving Ground, Maryland. Amendment 0002 outlines several key updates, including adjustments to bidding instructions, evaluation factors, and pricing requirements. The submission deadline has been extended to May 7, 2025, and it emphasizes a competitive 8(a) set-aside with a NAICS code of 238160. Contractors must provide specific technical documentation, past performance reports, and follow stringent qualifications for key personnel, noting that proposals must include complete pricing details structured in required formats. Moreover, it specifies requirements for personnel qualifications, safety protocols, and management plans while underpinning the necessity for U.S. citizenship for security clearance in certain areas. The RFP adheres to FAR regulations and emphasizes fair and reasonable pricing alongside thorough evaluations of past performance and technical capabilities. This amendment will guide prospective contractors in their proposals, ensuring compliance with government standards and fostering fair competition.
    This solicitation, W56ZTN25R0003, seeks bids for the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. It is an 8(a) small business set-aside with a NAICS code of 238160 and a size standard of $19 million. The contract type is firm-fixed price with an initial term of five years and an option for a six-month extension. Proposal submissions are due by 10:00 AM on May 9, 2025, with sealed bids required. Key proposal elements include a technical volume detailing the approach and staffing qualifications, past performance demonstrating relevant experience, and a price volume outlining costs. The evaluation will weigh technical factors most heavily, requiring adherence to quality control, safety protocols, and adequate bonding capacity. Additionally, the contractor must demonstrate organizational capability to manage multiple concurrent projects. The government emphasizes a strong commitment to compliance with labor laws and effective project management. A site visit and communication with contracting officers are encouraged to facilitate understanding of project requirements. All submissions must meet specified formatting and content criteria to be considered complete and competitive.
    The document addresses Amendment 0004 to the solicitation W56ZTN25R0003, which details modifications to a roofing contract proposal for projects at Aberdeen Proving Ground, Maryland. Key changes include the addition of wage determinations for specific counties, an amendment to the request for proposal (RFP) due date extension to May 13, 2025, and a revision removing Blossom Point as a service facility. It outlines the necessity for contractors to acknowledge the amendment, details proposal submission requirements, and provides information on technical and past performance evaluation criteria. Offerors must submit proposals organized into four distinct volumes: Technical, Past Performance, Price, and Certifications/Representations. The document emphasizes compliance with specific qualifications for key personnel, including bonding capacity, safety certifications, and experience levels. It highlights the importance of adhering to stipulated guidelines for proposal format, submission procedures, and evaluation standards, aiming to clarify the requirements and ensure fair competition. The modifications reflect the government's intent to streamline the bidding process while meeting contractual and regulatory obligations effectively.
    The document is an Amendment to the solicitation W56ZTN25R0003, which outlines terms for a single-award, five-year contract related to roofing services at Aberdeen Proving Ground. Key updates include revisions to Requests for Information (RFIs), adjustments in personnel qualifications, and the extension of submission deadlines for RFIs and proposals. Contractors must submit proposals by July 28, 2025, with specific requirements for technical, past performance, pricing, and supporting documents included in their submissions. The amendment addresses key personnel qualifications, permitting broader experience criteria and removing stringent certification requirements. It includes guidance on proposal submission methods and emphasizes adherence to safety guidelines, bonding requirements, and the essential capability for managing multiple roofing projects simultaneously. The Government retains the right to terminate the contract for convenience and mandates that all personnel involved are U.S. citizens for security clearance. Overall, this amendment aims to enhance transparency, facilitate better proposals, and ensure that contractors meet necessary qualifications to deliver quality roofing work within the proposed timeframe while adhering to safety standards and security requirements. Additionally, it clarifies the evaluation and submission processes for prospective contractors, ensuring comprehensive understanding and compliance with all outlined specifications.
    The document outlines Amendment 0006 to solicitation W56ZTN25R0003, focusing on roofing maintenance and installation projects for various facilities at Aberdeen Proving Ground (APG). Key modifications include the incorporation of answers to requests for information (RFI 03), an extension of the prime contractor’s office location radius from 50 to 60 miles from both APG and Adelphi Laboratories Center, and updates to the Davis-Bacon Wage Determination including newly added roofer/waterproof wage details. Additional specifications demand contractors demonstrate compliance with safety, quality control, and environmental standards while specifying roles for key personnel including Project Managers, Quality Control Managers, and Safety Specialists. Contractors are also required to submit detailed Quality Control Plans and adhere to strict safety regulations. The document emphasizes the importance of environmental protection, mandating approval for any asbestos involved in roofing work, and compliance with local and federal regulations. Overall, this amendment reinforces the federal government's commitment to ensuring fair wage practices while safeguarding health and safety in roofing contracting activities.
    Amendment 0007 to Solicitation W56ZTN25R0003 revises the Request for Proposal (RFP) for roofing system maintenance, repair, and installation at Aberdeen Proving Ground, Maryland. Key changes include extending the proposal due date to October 6, 2025, and modifying instructions for offerors and evaluation factors. The amendment clarifies that the Quality Control Manager (QCM) can be a prime or subcontractor employee, and while a Registered Roof Observer (RRO) is no longer mandatory, it is highly desired for a higher evaluation. It also updates the Scope of Work, evaluation processes, and answers to RFI questions, removing redundant requirements and ensuring clarity. The contract, a single-award, firm-fixed-price, indefinite delivery type, is an 8(a) small-business set-aside with a five-year base and a six-month extension option. The minimum guarantee for the contract is $2,500.00. All other terms and conditions remain unchanged.
    Amendment 0008 to solicitation W56ZTN25R0003, dated September 24, 2025, modifies the original solicitation issued on March 5, 2025. This amendment specifically excludes FAR clause 52.222-30, titled "Construction Wage Rate Requirements—Price Adjustment," from the document. No other changes are made to the solicitation. The point of contact for this action is Debora Cardoso Thelen. This modification ensures that the specified wage rate requirements clause is removed, impacting future offers by eliminating the need to adhere to that particular regulation.
    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.
    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
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    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.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Fort Gibson Powerhouse Roof Replacement, Oklahoma
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W076 Endist Tulsa office, is seeking contractors for a Design-Build contract to replace the roof of the Ft. Gibson Powerhouse in Oklahoma. The project entails a comprehensive scope of work, including the design and construction of a new 2-ply Modified Bituminous Membrane roof system, installation of new roof drainage, and potential additions such as guard rails and roof ladders. This procurement is critical for maintaining the structural integrity and functionality of the facility, ensuring it meets operational standards. Interested contractors should contact Miguel Martinez at miguel.a.martinez2@usace.army.mil for further details regarding this opportunity.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.