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 Mar 6, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

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.

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 seeking qualified contractors to provide preventive and corrective roofing maintenance services at Fort Cavazos, Texas. The contract aims to ensure the longevity and safety of various roofing systems through regular inspections, maintenance, and repairs, adhering to strict compliance with federal, state, and local regulations. This procurement is critical for maintaining operational integrity and safety standards within military facilities. Interested parties should contact Lisa Wince at lisa.r.wince@usace.army.mil or Mallory Hayes at Mallory.E.Hayes@usace.army.mil for further details, with a total estimated contract value of $8 million, including $2 million allocated for corrective maintenance, and proposals due by the specified deadlines.
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 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.
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.
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.
Roof Repair
Buyer not available
The National Reconnaissance Office (NRO) is seeking qualified contractors for the repair and recovery of a 44,810 square foot Protected Membrane Assembly (PMA) roof at its Westfields Campus in Chantilly, Virginia. This project aims to maintain the integrity of the NRO's infrastructure through the solicitation of experienced firms capable of executing the necessary roofing work. A Draft Invitation for Bid (IFB) is expected to be released around March 28, 2025, on the Acquisition Research Center (ARC) website, where interested parties can register to access bid documents. A site visit is anticipated on or around April 23, 2025, with further details regarding registration and participation to be provided closer to the date. For inquiries, interested parties may contact Alisia Waldon at waldonal@nro.mil or Marcia Pacak at pacakmar@nro.mil.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract, aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, where Phase 1 assesses past performance and management approach, while Phase 2 focuses on technical and pricing proposals, emphasizing quality control and collaboration with USACE. Interested contractors must ensure active registration in the System for Award Management (SAM), submit proposals via the PIEE portal, and adhere to specified formats and content guidelines, with the deadline for Phase 1 submissions extended to April 7, 2025. For further inquiries, potential offerors can contact Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
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 roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is specifically set aside for small businesses, with a focus on the roofing contractors under 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 Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested parties 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 inquiries.
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.
PRE-SOLICITATION NOTICE (N4008525R2559) FOR INDEFINITE DELIVERY INDEFINITE QUANTITY RIGID PAVING CONTRACT FOR GOVERNMENT SITES IN THE HAMPTON ROADS, VA AREA OF RESPONSIBILITY
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses for a pre-solicitation notice regarding an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Rigid Paving Construction Services in the Hampton Roads, Virginia area. The contract will encompass a variety of tasks related to rigid Portland cement concrete pavement, including maintenance, repairs, pavement markings, and airfield improvements, all aimed at supporting airfield standards across various government installations. This initiative reflects the federal government's commitment to enhancing airfield infrastructure while providing opportunities for small businesses, with an estimated contract value between $25 million and $100 million and a minimum task order guarantee of $5,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to prepare relevant experience submissions ahead of the official Request for Proposal (RFP), which is anticipated to be released around April 9, 2025. For inquiries, contact Leslie McGehee at leslie.mcgehee@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
Market Research Camp Buckner Revitalization Phase 4
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking small business firms capable of participating in the Market Research Camp Buckner Revitalization Phase 4 project at the United States Military Academy in West Point, New York. The project aims to repair and modernize selected facilities at Camp Buckner, addressing structural integrity and safety concerns while introducing new systems such as HVAC, fire suppression, and broadband internet. This revitalization is crucial for maintaining the operational readiness and safety of military training facilities. Interested firms must respond by providing their qualifications, including past project experience and bonding capabilities, by contacting Denisse M. Soto at denisse.m.soto@usace.army.mil. The contract, valued between $5 million and $10 million, is expected to be advertised in May 2025, with an award anticipated in July 2025.