EM-DTOS Bldg Roof Replacement Project
ID: W912P526QA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project involves the removal and replacement of damaged roofing, installation of a new TPO or PVC membrane, and upgrades to ventilation and insulation systems, with a total project area of approximately 5,000 square feet. The contract is a Total Small Business Set-Aside, with an estimated value between $25,000 and $100,000, and requires completion within 180 days of the Notice to Proceed. Interested contractors must submit their proposals by December 12, 2025, and can direct inquiries to Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Nashville District Corps of Engineers requires all non-U.S. citizens, including permanent residents, to complete a "Foreign National (FN) Pre-Bid Meeting or Site Visit Request Form" to attend pre-bid meetings or site visits at their field locations. This form, along with legible color copies of two approved verification documents (such as a passport, certificate of U.S. citizenship or naturalization, or various unexpired INS forms), must be submitted to the Nashville District Security Management Office two weeks prior to the proposed visit. Exceptions are considered on a case-by-case basis. The information collected is voluntary but necessary for identification and access verification, in accordance with Title 10, US Code Section 552, and failure to provide it may result in access denial. Contact information for the Security Office is provided for inquiries.
    The Nashville District Corps of Engineers (LRN) requires U.S. citizens to submit a Site Visit Request Form at least five business days prior to a proposed visit to any LRN field location. The form, which collects full legal name, date of birth, last four digits of SSN, driver's license information, and contact details, must be submitted to the LRN Meeting/Site Visit Point of Contact (POC), not directly to security. Strict rules apply during visits, including no unauthorized visitors, no packages, no photography of power plant interiors, and specific footwear requirements. Tours may be canceled due to increased threat conditions. This information is collected under Title 10, U.S. Code, Section 3013 and E.O. 9397 to verify identity, conduct background checks, and determine access eligibility to U.S. Army Corps of Engineers facilities. While providing information is voluntary, failure to do so may result in denied access. The collected data is not retained digitally or in hard copy after the visit.
    The Performance Work Statement outlines a roof replacement project for the LRN Emergency Management DTOS building in Old Hickory, TN, which includes the removal of damaged roofing, installation of new materials, replacement of gutters, and increased insulation, with a completion deadline of 27 February 2026. Contractors are required to follow strict safety and health regulations, submit necessary safety plans, and conduct an inspection of the entire building prior to work. Additionally, a minimum 2-year repair warranty and 25-year manufacturer warranty for materials are mandated, alongside discipline in maintaining conduct on site.
    The EM-DTOS BLDG Roofing Project in Old Hickory, TN, addresses questions and answers related to a government Request for Proposal (RFP) for roofing repairs and upgrades. Key aspects include clarifying the scope of work, such as the 350 sq ft damaged roof portion requiring R-15 insulation and metal panel replacement (standard gauge accepted), and the contractor's discretion for additional insulation beyond the specified area. The project also involves the removal and installation of a new commercial-grade cell phone booster with a minimum 5,000 sq ft coverage. Insurance requirements follow FAR Clause 52.237-2 for federally insured buildings. Crew requirements are governed by FAR Part 22, Subpart 22.18, and FAR Clause 52.219-6 for small business set-asides. The government intends to repair/replace the damaged roof area with metal roofing, subject to inspection and approval, and requires a 25-year warranty for both the TPO membrane, cover board system, and EPS flute-fill insulation. Site visits are no longer available, and pre-bid visits were not mandatory for submitting a quote.
    This Performance Work Statement outlines the roof replacement project for the LRN EM-DTOS Building at 1188 Cinder Road, Old Hickory, TN 37138. The project involves removing 350 square feet of damaged metal roofing and insulation, replacing it with new paneling and insulation, installing a 60mil TPO or PVC membrane over the entire 5,000 square foot building, replacing gutters and downspouts, upgrading two ventilation fans, increasing insulation to R-15, and installing a new cell phone booster. The contractor is responsible for providing all labor, materials, and transportation, as well as adhering to safety standards, including EM 385-1-1 and a Fall Protection Plan. All work must be completed within 180 days of receiving the Notice to Proceed, with physical repairs finished by February 27, 2026. A minimum 2-year full repair/replacement warranty and a 25-year manufacturer warranty are required.
    The U.S. Army Corps of Engineers, Nashville District, is issuing a Request for Proposal (RFP) W912P526QA005 for an EM-DTOS Roofing Project in Old Hickory, TN. This 100% Small Business Set-Aside firm-fixed-price construction contract is valued between $25,000 and $100,000, falling under NAICS code 238160 (Roofing Contractor) with a size standard of $19M. Offers are due by December 8, 2025, at 2:00 PM local time. The selected contractor must complete performance within 180 calendar days of receiving a Notice to Proceed. Key requirements include mandatory SAM registration, submission of SF 1442, acknowledgement of amendments, and completion of the attached quote schedule. The solicitation also incorporates various FAR and DFARS clauses, including those related to Buy American requirements, Federal Acquisition Supply Chain Security Act, and limitations on subcontracting for construction by special trade contractors (75%). Questions regarding the RFP must be submitted via email to Kenyanna Jennings by December 3, 2025.
    This document, Amendment 0001 to Solicitation W912P526QA005, outlines modifications for the EM DTOS Roof Project in Old Hickory, TN. Its primary purpose is to extend deadlines for questions to December 5, 2025, at 5:00 PM Central Time and for quote submissions to December 12, 2025, at 2:00 PM Central Time. The amendment also provides crucial site visit information for December 3, 2025, from 10:00 AM to 11:30 AM Central Time, and updates FAR 52.252-3, Alterations in Solicitation. The project is a Total Small Business Set-Aside for a Firm-Fixed Price construction contract under NAICS code 238160 (Roofing Contractors), with award going to the lowest-priced, responsible offeror. Offerors must be registered in SAM, and the apparent successful offeror will need to provide banking and past performance references. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 for Solicitation Number W912P526QA005, dated December 1, 2025, for the EM DTOS ROOF PROJECT in Old Hickory, TN, has been issued. This amendment serves to provide a revised Performance Work Statement (PWS), government responses to industry questions, the physical site visit sign-in sheet, and an update to FAR 52.252-3, Alterations in Solicitation. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    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.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of 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 involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Center Hill Lake OandM Requirement Contract 2026 through 2031
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a firm-fixed-price requirements contract for operations and maintenance services at Center Hill Lake in Tennessee, covering the period from February 1, 2026, to January 31, 2031. The contract, which is set aside for small businesses, requires the contractor to provide comprehensive services including mowing, cleaning, janitorial work, facility repairs, and maintenance of recreational areas, with work to be ordered through individual task orders. This procurement emphasizes sustainability and adherence to strict safety and security standards, with proposals evaluated based on performance confidence, technical approach, and price. Interested parties must submit their proposals electronically by November 14, 2025, and can contact Jamie Barnes at jamie.l.barnes@usace.army.mil or call 615-736-5892 for further information.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Design New Lacquer Preparation Facility for RDX and HMX Production at Holston Army Ammunition Plant (HSAAP)
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Drum, is seeking architect-engineer firms to provide design services for a new Lacquer Preparation Facility and Chemical Storage Tank Farm at the Holston Army Ammunition Plant in Kingsport, Tennessee. The objective of this procurement is to develop a 30% design package that will support the production of plastic bonded explosives (PBX), thereby expanding the Department of Defense's manufacturing capacity for energetic materials. This project is significant as it involves modernization and safety compliance in the production of RDX, HMX, and IMX, with a construction magnitude estimated between $100 million and $250 million. Interested firms must submit their qualifications, including a completed GSA Standard Form (SF) 330, by December 19, 2025, and can direct inquiries to Lyndsie Hall at lyndsie.j.hall.civ@army.mil or Milan Sanchez at alfredo.m.sanchez.civ@army.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.