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
Fort Leonard Wood Roofing IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, is seeking qualified small businesses to respond to a Sources Sought Notice for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The procurement aims to fulfill ongoing roofing requirements, including roof replacement projects that adhere to safety and environmental standards, with contractors responsible for all labor and materials, as well as compliance with military operations and utility management. Interested small businesses are encouraged to provide their capabilities and past experience, as well as suggestions for structuring the contract to enhance competition. For further inquiries, potential respondents can contact Shania McBride at shania.n.mcbride.civ@army.mil or Blia Vue at blia.vue.civ@army.mil, with responses due as the government evaluates the need for a set-aside based on the number of qualified submissions.
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 regulations. Proposals are due electronically by April 22, 2025, at 10 AM CST, and interested contractors should contact Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772 for further details. The expected contract value ranges between $5 million and $10 million, and bidders must be registered in the System for Award Management (SAM).
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.
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.
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'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.
LTUY202054 Repair Roofs, Buildings 50, 53, and 59
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair roofs on Buildings 50, 53, and 59 at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The project requires the contractor to provide all necessary labor, materials, and supervision for the roof replacements, adhering to specific guidelines regarding the use of GAF brand shingles due to the historic nature of the site. This opportunity is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000, and a duration of 180 calendar days post-notice to proceed. Interested contractors should contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or 314-527-8033, and are encouraged to register on SAM.gov to access the solicitation, which is expected to be issued around April 30, 2025.
Fort Peck PH 1 Surge Tank Roof Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking contractors for the Fort Peck PH 1 Surge Tank Roof Replacement project in Montana. This project involves the complete restoration of the Surge Tank roof at the Ft. Peck Powerhouse, originally constructed in the 1940s, to comply with historical preservation standards, including the removal of existing roofing materials and replacement with historically accurate Ludowici clay tiles. The estimated construction cost ranges from $1 million to $5 million, with a solicitation expected to be issued on or about May 5, 2025, and closing around June 4, 2024. Interested contractors should contact Lynne D. Reed at lynne.d.reed@usace.army.mil or 402-995-2039 for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
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.
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.
Y1DA--CON-NRM-663-18-102 Replace Roofs - Seattle VA Phase 2
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of roofs at the Seattle VA Healthcare System, designated as Project Number 663-18-102. This federal contract aims to replace roofing systems across multiple buildings, with an estimated project cost ranging from $10 million to $20 million, and a performance timeline of 253 days post-award. The project emphasizes compliance with federal regulations, particularly concerning hazardous materials such as asbestos, and requires contractors to maintain operational continuity within a healthcare environment. Interested contractors, especially Service Disabled Veteran Owned Small Businesses, must submit their proposals by May 19, 2025, and can direct inquiries to Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov.