Repair roof of Building 641, Fort Bliss, TX
ID: W911SG25BA036Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for the repair of the roof of Building 641 at Fort Bliss, Texas. This project, set aside for HUBZone small businesses, involves replacing the wood plank decking and installing new self-adhering underlayment and asphalt roof shingles, with a focus on maintaining the historical integrity of the building. The estimated construction cost ranges between $100,000 and $250,000, and the contractor must provide a superintendent on-site at all times during the project. Interested bidders should submit their proposals by 10:00 AM MST on August 29, 2025, and can contact Cuong Tran at cuong.m.tran5.mil@army.mil or Shawn Munro at shawn.t.munro.mil@army.mil for further information.

    Files
    Title
    Posted
    This Abstract of Offers - Construction form details the solicitation W911SG-25-B-A036, issued on August 29, 2025, and opened on August 29, 2025, by MICC - FORT BLISS. The project, titled "Repair roof of Building 641, Fort Bliss, TX," involves roof repairs for Building 641. The government estimate for the project is $144,410.00. Two offers were received: SWP Contracting & Paving and C Ortiz Corp, both providing a BID BOND/20% security. SFC Shawn Munro, the Contracting Officer, certified the offers. This document serves as a record of the bids received for this construction project.
    This document, Optional Form 1419A, serves as a continuation sheet for the "Abstract of Offers - Construction" (OF 1419), specifically for construction projects receiving more than two offers. It accommodates up to 13 additional contract items per sheet, mirroring the structure of OF 1419. The form details the solicitation number (W911SG-25-B-A036) and project title, which is the "Repair roof of Building 641, Fort Bliss, TX." It lists offers from contractors, including "PIONEER ROOFING AND CONSTRUCTION" and "GLOBE BUILDERS," along with their bid security type and amount (BID BOND/20%). For each offer, it specifies acknowledged amendments and itemizes contract details with estimated quantities, unit prices, and estimated amounts. This particular instance shows two offers for a single job item, with respective estimated amounts of $31,500.00 and $159,888.00. The form is essential for federal government RFPs related to construction, ensuring comprehensive record-keeping of bids and project details.
    ENCON International, Inc. conducted an asbestos survey of Building 641 at Fort Bliss, Texas, in December 2011, adhering to NESHAP and Texas Asbestos Health Protection Rules. The inspection, performed by DSHS-licensed personnel, aimed to identify asbestos-containing materials (ACM) prior to demolition or renovation activities. The survey covered 13,400 square feet, including single and second-story sections, and involved collecting 78 samples from 26 homogeneous areas. Laboratory analysis identified several positive ACMs, including door caulking, window caulking, various floor tiles with mastic, and specific textured drywall and joint compound on walls and ceilings. Non-ACM materials were also identified. The report emphasizes that all identified friable and non-friable ACMs must be removed by licensed professionals before renovation or demolition, with proper notification to the Texas DSHS at least 10 working days in advance. The estimated quantities of positive samples are provided for abatement contractors to verify.
    ENCON International, Inc. prepared an Asbestos Survey Report for Building 641 at Fort Bliss, Texas, highlighting findings from a December 12, 2011, inspection. The survey aimed to comply with the National Emissions Standards for Hazardous Air Pollutants (NESHAP) and Texas Asbestos Health Protection Rules. The inspection identified multiple materials containing asbestos, including door and window caulking, various floor tiles, and textured walls, with positive samples noted across approximately 15,000 square feet. Specific quantities and locations of asbestos-containing materials were detailed, underscoring the urgency for proper abatement prior to any renovation or demolition activities. Laboratory analysis confirmed the presence of chrysotile asbestos in several samples, while others were found to be non-fibrous or non-asbestos-containing. Recommended actions include notifying authorities and engaging licensed professionals for the removal of asbestos before project initiation, ensuring safety and regulatory compliance. Overall, the report emphasizes the critical need for managing hazardous materials in governmental operations, aligning with federal and local safety mandates.
    The provided document appears to be a list of road names and organizational references, likely related to infrastructure or mapping within a government context, specifically mentioning "FORT BLISS" and "DPW" (Department of Public Works). The repeated mentions of road names such as "MERRITT ROAD," "PLEASONTON ROAD," "HOLBROOK AVE.," and others, alongside various instances of "RD," suggest a focus on geographical locations or routes. The presence of "641," "N," "SLOPE," and numerical or symbolic entries like "¾" further implies technical or directional data. Given the context of government RFPs, federal grants, and state/local RFPs, this document could be an excerpt from a larger plan, a preliminary survey, or a logistical reference for projects involving road construction, maintenance, or military base operations.
    The document appears to detail various road names and locations related to the Department of Public Works (DPW) at Fort Bliss, accompanied by some indications of challenges or issues, albeit with substantial portions of the text rendered indecipherable. This may suggest ongoing infrastructure projects or needs for maintenance and upgrades. While specific funding requests or proposals (RFPs) are not explicit due to the obscured text, the context hints at coordination and planning for local road improvements, possibly linked to federal or state funding sources. The mention of Fort Bliss indicates a military installation's involvement, potentially affecting logistics, infrastructure development, and public service initiatives in the area. Overall, the document underscores the importance of addressing infrastructure demands and the collaboration needed between federal and local entities.
    This document outlines the Invitation for Bids (IFB) W911SG25BA036 for the removal and replacement of the roofing system at Building 641, Fort Bliss, TX. The project is set aside for HUBZone Owned Small Businesses, with a Firm Fixed Price (FFP) contract awarded based solely on price. A pre-bid conference and site visit are scheduled for August 13, 2025, at 9:00 AM MST, though attendance is not mandatory. All questions must be submitted in writing by August 20, 2025, at 1:00 PM MST. Bids are due by 10:00 AM MST on August 29, 2025, and must be submitted as hard copies to MICC-Fort Bliss. Electronic submissions are not accepted. Bids must include specific documents such as a cover sheet, SF 1442, total contract price, letters from bonding company, bid bond guarantee, subcontractor list, representations and certifications, and digitally signed drawings. Bidders must be registered in the System for Award Management (SAM) database. The bid opening will be public, and unsuccessful bids will be retained.
    The Directorate of Public Works (DPW) at Fort Bliss, TX has issued an Invitation for Bids (IFB) for the removal and replacement of the roofing system at Building 641. Bids are due by 10:00 AM MST on August 29, 2025, and this solicitation is specifically designated for HUBZone Owned Small Businesses. A pre-bid conference is scheduled for August 13, 2025, to address bidder inquiries and facilitate a site visit, although attendance is not mandatory. Bidders must submit written questions through designated channels by August 20, 2025, with the acknowledgment of any amendments being crucial for bid responsiveness. Key submission guidelines emphasize that bids must be delivered in person and sealed, with specific formatting and documentation requirements outlined, including a cover sheet and a bid bond guarantee. Bidders are responsible for ensuring compliance with security protocols to enter Fort Bliss, and any costs incurred prior to the award of a contract are non-reimbursable. The project mandates compliance with federal wage determinations and requires bidders to be registered in the System for Award Management (SAM). The eventual contract will be awarded based primarily on price, making attention to detail and adherence to submission timelines critical for prospective contractors.
    ENCON International, Inc. conducted a Lead-Based Paint (LBP) Survey Report for Building 641 at Fort Bliss, Texas, on January 28, 2012. The purpose of the survey was to identify the presence of LBP in areas slated for renovation or demolition, ensuring compliance with OSHA lead regulations (29 CFR 1926.62). Using a NITON XLP 303 AW X-Ray Fluorescence analyzer, 63 out of 108 tested components showed lead levels at or above the detection limit of 0.3 mg/cm², with some reaching up to 16.4 mg/cm². The report specifies that while the EPA and HUD define LBP as 1.0 mg/cm² or 0.5% by weight, ENCON used a stricter action level of 0.3 mg/cm². The inspection covered various building components, including AC stands, windows, walls, doors, and columns, both outside and within office areas. The 13,400 sq ft building, primarily used as classrooms, is a single-story structure with two-story sections at each end, constructed with brick walls on a concrete foundation. The report advises caution for surfaces with lead levels below 0.3 mg/cm² to prevent dust or soil contamination during renovation activities. Attachments include the detailed lead survey report, sample location drawing, and technical documentation.
    ENCON International, Inc. conducted a Lead-Based Paint (LBP) Survey at Building 641, Fort Bliss, Texas, on January 28, 2012, to ascertain the presence of lead in the paint prior to renovation or demolition, in accordance with OSHA regulations. This assessment utilized a NITON XLP 303 AW X-Ray Fluorescence analyzer to measure lead levels across various painted surfaces. The survey revealed that 63 out of 108 tested locations had lead levels at or above the detection threshold of 0.3 mg/cm², indicating significant lead presence in components such as metal columns, doors, and window frames. The report also detailed the condition and substrate of these items, emphasizing the necessity for caution to prevent lead dust contamination during any construction activities. Proper adherence to health regulations is crucial to minimize exposure risks in the context of building renovations. This investigation highlights the importance of pre-renovation assessments of hazardous materials to ensure safety compliance in federal and local construction projects.
    This Invitation for Bids (IFB) outlines requirements for repairing the roof of Building 641 at Fort Bliss, TX. The project, designated as a competitive set-aside for HUBZone small businesses, has an estimated construction magnitude between $100,000 and $250,000. Key objectives include replacing wood plank decking, installing new self-adhering underlayment, and asphalt roof shingles to match the existing historical building, with a 30-year manufacturer’s warranty. The period of performance is 120 calendar days after the Notice to Proceed. The contractor must provide a superintendent, who is considered a key position and cannot be subcontracted. A bid guarantee is required, along with performance and payment bonds. The project emphasizes adherence to various codes, standards, and regulations, including those for historical preservation, environmental protection (hazardous materials, waste management, storm water), and safety (Accident Prevention Plan, Activity Hazard Analysis, Hot Work Permits). Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager, must meet specific experience and certification requirements. The bid opening is scheduled for August 29, 2025, at 10:00 AM local time.
    Amendment 0001 to Solicitation W911SG25BA036 modifies the original solicitation by changing key timelines for contractors. The amendment, effective August 19, 2025, primarily focuses on two critical areas: the commencement of performance and the submission of performance and payment bonds. Contractors are now required to begin performance within 10 calendar days of receiving a notice to proceed, a significant reduction from the previous 30 days. Similarly, the deadline for furnishing all required performance and payment bonds has been shortened from 30 calendar days to 10 calendar days. These changes are detailed in Block 14 of the Standard Form 30, affecting sections related to procurement and contracting requirements. All other terms and conditions of the original solicitation remain unchanged and in full effect. This modification aims to expedite project initiation and ensure timely financial guarantees.
    The document outlines the solicitation for the repair of the roof at Building 641 on Fort Bliss, Texas. It specifies that this is an Invitation for Bids (IFB) set aside for HUBZone small businesses, with a project budget between $100,000 and $250,000. Critical requirements include the contractor providing performance and payment bonds, having a qualified superintendent on site throughout the project, and adhering to various construction, safety, and historical preservation guidelines. The workforce must ensure compliance with environmental regulations, manage hazardous materials, and protect historical features during construction. The contractor is expected to perform the work within 120 calendar days after the Notice to Proceed, following all local, state, and federal regulations, including the Buy American Act. The document also details the required qualifications for key personnel and contractor responsibilities related to safety, utilities, and quality control. Attention to historical preservation is emphasized due to the building's status. Ultimately, the solicitation aims to ensure the project achieves high standards of safety, quality, and compliance while fulfilling mission requirements for the military installation.
    This government Statement of Work (SOW) outlines the requirements for repairing the roof of Building 641 at Fort Bliss, Texas, a historical building. The project includes replacing the wood plank deck, installing a new self-adhering underlayment, and new asphalt roof shingles to match existing materials, all while adhering to a 30-year manufacturer's warranty for wind speed. Due to the building's historical status, all materials and paint colors require approval from the Environmental Division’s Historic Preservation Program. The SOW details specific work requirements covering hazardous material abatement (asbestos/lead), architectural, structural, civil, fire protection, electrical, telecommunications, and mechanical/plumbing/HVAC aspects. It also sets forth general requirements such as a 120-day period of performance, on-site personnel qualifications (Project Manager, Superintendent, Site Safety and Health Officer, Quality Control Manager), utility usage, hours of operation, environmental compliance, and comprehensive safety and quality control measures. Adherence to various federal, state, and local regulations, including OSHA and Army Corps of Engineers standards, is mandatory, with strict protocols for permits, waste management, and site security.
    The Statement of Work from the Directorate of Public Works outlines the requirements for repairing the roof of Building 641 at Fort Bliss, Texas. The project aims to replace the wood plank deck and install new asphalt shingles while preserving the historical integrity of the structure. The period for completion is set at 120 days post-Notice to Proceed, with strict adherence to safety, quality, and environmental standards. Key stipulations include handling hazardous materials like asbestos and lead, coordinating with various departments for compliance, and ensuring minimal disruption to the occupied facility during construction. The contractor must provide all necessary materials and services, maintain safety protocols, and undergo government inspections. Additionally, the document emphasizes waste management, historical preservation regulations, and adherence to the Buy American Act, reflecting the project's complexity and commitment to compliance with local and federal guidelines. This effort demonstrates the government's intent to maintain historical sites while ensuring safety and regulatory adherence throughout the construction process.
    The document outlines wage determinations for construction projects in El Paso County, Texas, under the Davis-Bacon Act and relevant Executive Orders. It specifies minimum wage requirements based on contract dates, with new contracts post-January 30, 2022, necessitating a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The file includes detailed wage rates and fringe benefits for various construction classifications such as boilermakers, electricians, and plumbers, along with notes about unlisted classifications needing conformance requests. Additionally, it covers the appeals process for wage determinations, allowing interested parties to request reviews and reconsiders. This document serves as crucial guidance for contractors participating in federal construction contracts, ensuring compliance with wage standards and supporting worker protections. The focus is on upholding labor standards while facilitating transparent funding for government projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Paving IDIQ at Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.
    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.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    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.
    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 project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    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.
    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.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.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.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.