DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
ID: W5168W-24-R-0022Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Sep 23, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

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.

Point(s) of Contact
Files
Title
Posted
The document appears to contain fragmented information regarding various subjects, possibly related to brand management and layered systems, alongside references to access difficulties. It includes mentions of scientific elements and services but lacks coherent context. Overall, the text is disorganized and does not convey a clear message or purpose.
The Fort Belvoir Roofing SATOC/IDIQ project includes a question-and-answer format addressing contractor inquiries about the solicitation. Key details provided include a rough order of magnitude cost anticipated between $10M and $25M and a project duration of five years, potentially extendable by six months. Invoicing must be processed via Wide Area Work Flow (WAWF), and while performance bonds are required for task orders exceeding $150,000, the requirement for a Virginia Class A license remains unclear. Non-U.S. citizens may have restricted access, with an entry badge processing time of approximately three days. The government plans to release the solicitation by November 2024, with awards expected by July 2025. A set-aside for specific small business classifications, including Black-Owned and Women-Owned businesses, is requested. Updates on the solicitation timeline, site visits, and licenses reflect ongoing communication between the government and potential contractors, emphasizing compliance, safety, and detailed cost estimates during the proposal phase.
The document appears to be a fragmented and corrupted text containing various terms and phrases without coherent context. It includes programming-related keywords and notations, as well as mentions of services, users, and data structures, suggesting a technical or software-related topic. Overall, it lacks a clear narrative and meaningful content due to its highly disorganized state.
Aug 5, 2024, 8:32 PM UTC
The document appears to be a compilation of fragmented and corrupted text, involving a mix of programming language snippets, statistical data, and unstructured phrases that reference topics such as warranty, documentation, administrative tasks, statistics, and various product or service categories. Due to its incoherence and significant distortion, it lacks a clear and cohesive narrative. Consequently, extracting meaningful insights or summaries is not feasible, as the text does not present a logical structure or fluid context.
The document outlines a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia, detailing the scope of maintenance, repair, sustainment, and minor construction tasks on real property. Contractors are to provide all necessary resources and adhere to local policies, safety standards, and industry codes. The main objective is to ensure buildings are watertight through various roofing tasks, including installation, repair, and sealing across multiple facilities. Key responsibilities include timely project management, handling increased workloads without delays, and comprehensive safety protocols. The contract specifies requirements for communication, supervision, and security measures for personnel accessing Army installations. The work comprises varying financial thresholds that dictate completion timelines, with detailed submittal requirements for quality plans and safety strategies. To ensure effective performance, the document emphasizes the importance of skilled labor, adherence to safety standards, and structured project scheduling. By elucidating these requirements, the file serves as a guideline for prospective contractors to maintain compliance and achieve successful project outcomes.
Lifecycle
Title
Type
Special Notice
Sources Sought
Similar Opportunities
RFP Fort Cavazos Roofing
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for roofing maintenance services at Fort Cavazos, Texas, under the RFP titled "Fort Cavazos Roofing." The contract aims to provide preventive and corrective maintenance services for various roofing systems, ensuring compliance with safety and operational standards as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining the integrity and longevity of military facilities, reflecting the government's commitment to infrastructure upkeep. Interested small businesses must submit their proposals by the specified deadline, with a total estimated contract value of approximately $8 million, including $2 million allocated for corrective maintenance. For further inquiries, potential bidders can contact Lisa Wince at lisa.r.wince@usace.army.mil or Mallory Hayes at Mallory.E.Hayes@usace.army.mil.
Roof Replacement- New Orleans District Headquarters Building
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a roof replacement project at its New Orleans District Headquarters Building in Louisiana. The project involves extensive demolition and installation work, including the removal of the existing roof, installation of various roofing systems, and associated structural and plumbing work. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with federal safety and environmental standards. Proposals are due electronically by April 11, 2025, with an expected contract value between $5 million and $10 million. Interested contractors should contact Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772 for further details and must be registered in the System for Award Management (SAM) to participate.
POST-WIDE MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION, OF A WIDE VARIETY OF ROOFING SYSTEMS DIRECTORATE OF PUBLIC WORKS
Buyer not available
The Department of Defense, specifically the Army, 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 procurement aims to ensure the upkeep and functionality of roofing infrastructure, which is critical for the operational integrity of military facilities. The contract will be structured as a firm-fixed-price, indefinite delivery type, with a five-year base period and a potential six-month extension, under NAICS Code 238160, with a size standard of $19 million. Interested bidders must submit their proposals electronically by April 28, 2025, and can direct inquiries to the primary contact, Debora Cristina Cardoso Thelen, at debora.c.cardosothelen.civ@army.mil, or the secondary contact, Barbara Cousins, at barbara.d.cousins.civ@army.mil.
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 Command Southwest (NAVFACSYSCOM), is soliciting proposals for a multiple award construction contract (MACC) focused on new construction, renovation, and repair of roofing projects at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement is set aside for small businesses and aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with work including installation, maintenance, and emergency repairs of various roofing systems, as well as associated tasks such as hazardous material testing and demolition. 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 must register on the SAM.gov website and are encouraged to check for updates, as the solicitation will be available electronically only. For further inquiries, contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract, with a total funding amount of $90 million over five years. The procurement aims to award contracts to up to five small businesses for various construction tasks, emphasizing quality control, management approach, and technical solutions in the evaluation process. Interested offerors must have an active registration in SAM.gov and submit proposals through the PIEE portal, adhering to specified formats and content guidelines. Key deadlines include the proposal submission deadline, which has been extended to April 10, 2025, and inquiries should be directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Gutter Repairs on B307
Buyer not available
The Department of Defense, specifically the West Virginia National Guard, is seeking bids from qualified small businesses for gutter repairs on Building B307 located in Martinsburg, West Virginia. The project entails sealing two 250 linear feet trough gutters with a fluid-applied membrane and sealing approximately eight 6-inch PVC joints to ensure a watertight seal. This contract, which is set aside entirely for small businesses under NAICS Code 238160, has an estimated value between $25,000 and $100,000 and is expected to be completed within 60 days after the Notice to Proceed. Interested contractors should note that the solicitation is anticipated to be issued around April 15, 2025, with a pre-bid conference scheduled for April 29, 2025. For further inquiries, contractors can contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
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 soliciting bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project 542-25-105. This project involves comprehensive demolition and construction activities, including the installation of a new roofing system, flashing, gutters, and lightning protection, all while adhering to stringent safety and environmental standards. The initiative is crucial for maintaining the structural integrity of the facility, which serves veterans, and emphasizes the use of modern materials and sustainable practices. Interested contractors must submit their bids by May 20, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated contract value ranges between $500,000 and $1 million, with a performance period of 160 days post-award.
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 the construction, repair, and alteration of roofing for naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is set aside entirely for small businesses, with a focus on those within the roofing contractors' industry, as defined by NAICS code 238160, which has a small business size standard of $19 million. The work will encompass various naval facilities within the NAVFAC Northwest Area of Responsibility, which includes states such as Oregon, Idaho, Montana, and others, with most activities anticipated to occur in Washington State. Interested contractors 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.
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 the comprehensive replacement of approximately 27,882 square feet of roofing across six buildings, including the removal of existing roofing materials and structural components, while adhering to strict compliance with federal regulations regarding safety and environmental 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, at 12:00 PM, and are encouraged to contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil for further inquiries.
Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Medical Center in Texas. This project, set aside for Service Disabled Veteran Owned Small Businesses, involves the complete removal of the existing flat roofing system and installation of a new T.P.O. roofing system, including new flashing and drainage solutions, with an estimated construction cost between $500,000 and $1,000,000. The successful contractor will be required to adhere to strict safety and environmental regulations, maintain communication with facility staff, and ensure minimal disruption to ongoing operations during the construction period. Interested bidders must submit their proposals by May 1, 2025, and can direct inquiries to Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov.