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
    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 removal, installation, repair, and sealing of roofs across multiple facilities, ensuring that all work meets local policies, safety standards, and industry codes. This initiative is crucial for maintaining the integrity and watertight condition of Army buildings, with a projected contract value between $10 million and $25 million over a five-year duration, potentially extendable by six months. Interested contractors should monitor Sam.gov for the forthcoming solicitation, expected to be released by November 2024, and can direct inquiries to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil.

    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
    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 the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    Roof Repair
    Buyer not available
    The National Reconnaissance Office (NRO), part of the Department of Defense, is seeking qualified contractors for the repair of a 44,810 square foot Protected Membrane Assembly (PMA) roof at its Westfields Campus in Chantilly, Virginia. The project aims to ensure the integrity of the facility's infrastructure through the solicitation of experienced contractors capable of executing the necessary repairs. A Draft Invitation for Bid (IFB) is expected to be released around February 21, 2025, with a site visit scheduled for March 20, 2025, where further registration details will be provided. Interested parties can reach out to Alisia Waldon at waldonal@nro.mil or Marcia Pacak at pacakmar@nro.mil for additional information.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair of Building 9 at the Dallas VA Medical Center, with an estimated project value between $25,000 and $100,000. The procurement requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for extensive roof repairs, including the installation of a new steel structure for staff shelter, with a completion timeframe of 90 calendar days from the Notice to Proceed. This project is critical for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by February 28, 2025, and are encouraged to contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further information.
    Interior/Exterior Painting of Garrison Buildings
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the interior and exterior painting of Garrison Buildings at the United States Army Garrison and the United States Military Academy in West Point, New York. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a budget range of $10 million to $25 million over a five-year period, including a base year and four option years, specifically set aside for 8(a) contractors to promote small business participation. The project requires contractors to provide all necessary labor, materials, and equipment, with key tasks including surface preparation, painting, and compliance with safety and environmental standards. Interested contractors must submit sealed bids by March 11, 2025, at 3:00 PM EST, and can direct inquiries to Lakenia M. Brown at lakenia.m.brown.civ@army.mil or by phone at 520-687-8138.
    IDIQ General Maintenance Services, Millwood Lake
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotations for General Maintenance Services at the Millwood Lake Project Office in Ashdown, Arkansas, under a Total Small Business Set-Aside. The contract, identified as W9127S25Q0005, encompasses a range of services including carpentry, plumbing, and electrical work, with a base period extending until February 28, 2026, and an option year through February 28, 2027, featuring a minimum guarantee of $2,500. This opportunity is critical for maintaining the operational integrity of federal recreation facilities, ensuring compliance with safety regulations and quality standards. Interested contractors must submit their quotes by February 25, 2025, and may attend a site visit on January 30, 2025; for further inquiries, they can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    GRADING, DRAINAGE AND PAVEMENT CONSTRUCTION, MAINTENANCE, AND REPAIRS POSTWIDE FORT NOVOSEL, ALABAMA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for grading, drainage, and pavement construction, maintenance, and repairs at Fort Novosel, Alabama. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity contract, with a guaranteed minimum of $2,000 and a total potential value not exceeding $29,500,000 over a five-year period, contingent on exercised options. This contract encompasses a range of construction tasks, including asphalt paving and drainage work, and emphasizes compliance with safety, environmental regulations, and quality control measures. Proposals are due by March 10, 2025, at 10:00 AM EST, and interested contractors should contact Edward WojtanIII at edward.w.wojtan2.Civ@army.mil for further information.
    ILWW LaGrange-Peoria Roofs
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of EPDM membrane roofs at the LaGrange and Peoria Lock and Dam control stations in Illinois. The project aims to ensure the structural integrity and historical preservation of these significant buildings, with an estimated cost between $100,000 and $250,000, and a completion timeline of 120 calendar days post-award. This procurement is part of a broader initiative to maintain federal infrastructure while adhering to labor regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including relevant experience, by the specified deadline. For further inquiries, contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
    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 Thomas E. Creek VA Medical Center in Amarillo, Texas. This project, which is set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and clearing downspouts. The estimated construction cost for this project ranges between $500,000 and $1,000,000, reflecting the government's commitment to maintaining its facilities and supporting veteran-owned businesses. Interested contractors must submit their proposals by March 26, 2025, and are encouraged to contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further information.
    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 Number 542-25-105. The project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system, new flashing, gutters, and lightning protection, all in compliance with VA specifications and safety standards. This initiative is crucial for enhancing the structural integrity of the facility, ensuring minimal disruption to ongoing medical operations, and adhering to environmental management practices. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit proposals by the specified deadline, with an anticipated project cost between $500,000 and $1 million and a performance period of 160 days post-award. For further inquiries, contact Contract Specialist Lamar D Thomas at lamar.thomas2@va.gov.
    Armed Forces Recruiting Stations Tenant Improvements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for tenant improvements and security system installations at Armed Forces Recruiting Stations located in Maryland and other Mid-Atlantic states. The project involves comprehensive renovations, including aesthetic and functional upgrades such as the installation of wall graphics, carpet tiles, and new doors, as well as the repair and repainting of existing structures to create a modern and professional environment. This initiative is crucial for enhancing the usability and compliance of recruiting facilities, with an estimated contract value between $100,000 and $500,000. Interested contractors, particularly small and service-disabled veteran-owned businesses, must submit their capability statements by February 25, 2025, and should be registered in the SAM database to be eligible for contract award. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.