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

8a Competed (8A)
Timeline
    Description

    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.

    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.
    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
    Similar Opportunities
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    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.
    IDIQ for Roofing in the PWD Pennsylvania AOR
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide roofing repair and replacement services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for various sites in Pennsylvania. The contract will encompass comprehensive roofing maintenance, including hazmat testing and remediation, at three specific Navy locations: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for maintaining the integrity and safety of Navy facilities, with an estimated contract value between $10 million and $25 million over a five-year period, including a minimum guarantee of $5,000 for the initial task order. Interested contractors must register in the System for Award Management (SAM) and can expect the Invitation for Bid to be issued around December 12, 2025; inquiries should be directed to Brittany Cristelli at brittany.cristelli@navy.mil.
    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.
    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 opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    Industrial Carpenter Services
    Buyer not available
    The Defense Logistics Agency is soliciting proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24,000,000. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by December 8, 2025, and interested parties should contact Angela Mattox at angela.mattox@dla.mil for further information.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    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 is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Roof Fall Protection Systems Services
    Buyer not available
    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.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.