ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Modular Building Roof Repair - Peterson SFB

DEPT OF DEFENSE FA251725Q0069
Response Deadline
Jul 3, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed price contract to perform roof repairs on modular buildings at Peterson Space Force Base in Colorado. The project aims to address significant water mitigation challenges by sealing leaks, implementing weather diversion solutions, and installing drainage systems to prevent water accumulation and hazardous conditions. This procurement is crucial for maintaining the integrity and safety of government facilities, with a total award amount of $45 million and a performance period from June 30, 2025, to August 15, 2025. Interested contractors must submit their proposals by July 3, 2025, and can direct inquiries to Lt. Dante Aletto at dante.aletto.1@spaceforce.mil or TSgt Patrick Berger at patrick.berger@spaceforce.mil.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

11 Files
Solicitation - FA251725Q0069.pdf
PDF2233 KBJun 16, 2025
AI Summary
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract involving the roof repair and leak mitigation of modular buildings at Peterson Space Force Base in Colorado. The requisition number FA251725Q0069 indicates that the total award amount is estimated at $45 million, with a performance period set from June 30, 2025, to August 15, 2025. The contract follows predetermined clauses, including those for electronic payment submission through the Wide Area Workflow (WAWF) system and various Federal Acquisition Regulation (FAR) provisions. Key elements include a firm fixed price arrangement for the job, with specified delivery and performance timelines. The solicitation also emphasizes compliance with health and safety standards, as well as strict adherence to contracting requirements that ensure transparency and accountability, particularly regarding subcontracting for small businesses. This solicitation reflects the federal government's commitment to inclusive contracting practices, supporting women-owned business participation in large scale undertakings while ensuring quality service and regulatory compliance in federal contracts.
Attachment 3 - Visitor Badge Request.docx
Word57 KBJun 27, 2025
AI Summary
The memorandum from the United States Space Force outlines a request for Visitor Passes for individuals involved in a Space Operations project related to the modular roof repair at PSFB under Contract # FA251724Q069. It specifies the need for personal information, including last names, first names, dates of birth, driver’s license numbers, issuing states, and DoD numbers for each individual. The request emphasizes that the passes should be valid for a specific date, 18 June 2025, and usable during working hours from 0700 to 1700. The memorandum concludes with contact information for the contracting officer, TSgt Patrick M. Berger. This document serves an administrative purpose, facilitating access control for personnel working on a government contract, ensuring that only authorized individuals are granted access to the facility for project-related activities.
Attachment 5 - Evaluation Factors For Award - Modular Roof Repair.docx
Word17 KBJun 27, 2025
AI Summary
This document outlines the evaluation process for awarding a firm-fixed price contract through a government solicitation, focusing on a Lowest Price Technically Acceptable (LPTA) approach. It details the evaluation factors, which are total price and technical acceptability, subdivided into project approach and project management. Offerors must provide strategies for addressing roof leaks and project management details, including the identification of a qualified project manager and adherence to a 45-day completion schedule. To be considered for the award, an offeror must receive an "Acceptable" rating in both technical subfactors. The evaluation process begins with assessing and ranking total prices, followed by a technical evaluation of the lowest bids. Offers may be rejected if they do not meet solicitation requirements or demonstrate misunderstanding of the project. This document serves to ensure a structured and fair bidding process while emphasizing cost-effectiveness and technical competence in contractor selection.
Attachment 2- Modular Roof Repair Diagrams.pdf
PDF1064 KBJun 27, 2025
AI Summary
The document outlines a proposed roof repair and water diversion project for Building 1 Modulars. Key elements include the installation of a water diversion system aimed at redirecting water away from seams and preventing leaks at the main entry door. A drain system is also recommended to ensure water does not accumulate on walkways. Additionally, a water collection system is to be implemented to support the diversion solution, although the actual layout may differ from the proposal depicted in the diagrams. This project is part of federal and local initiatives aimed at maintaining facility integrity and ensuring safety against water-related damage. The comprehensive approach addresses both immediate repairs and long-term water management, reflecting the government's commitment to enhancing infrastructure.
Attachment 9 - RFI Questions - BLDG 1 Modular Roof Repair_.docx
Word18 KBJun 27, 2025
AI Summary
The document addresses inquiries related to a Request for Information (RFI) concerning roofing solutions for modular units at Peterson SFB. Key topics include the permanence of modular unit placement, water drainage requirements, and preferred roofing materials, with a recommendation for a metal frame and drainage directed towards Peterson Blvd or Vandenburg Street. It confirms that the modular units will not be relocated and allows for modifications, including direct welding to the existing structures with safety permits. Project criteria also include a 12-month warranty for roofing solutions, interior sealant application, and adaptations of support beams without compromising roof integrity. Notably, water intrusion is not a concern between specified connex areas. The document also indicates that photos of the site will be provided and that additional site visits for tests may be scheduled following project award. This RFI outlines critical operational parameters and requirements for potential contractors, ensuring compliance with standards and enhancing project clarity for future roofing modifications.
Attachment 4 - Instructions to Offerors - Modular Roof Repair.docx
Word15 KBJun 27, 2025
AI Summary
This document outlines the proposal submission requirements for contractors responding to a federal solicitation. It emphasizes the need for a comprehensive written price and technical proposal by the specified deadline. The proposal must include a cover letter detailing the contractor's name, small business status, point of contact, CAGE Code, UEI number, and confirmations regarding the understanding of and compliance with the Performance Work Statement (PWS). The price proposal must align with the designated Contract Line Items, while the technical proposal should cover various evaluation factors, specifically project approach and project management. Notably, the technical proposal is limited to five pages, with additional pages disregarded in the review process. The document serves as a crucial guide for contractors, ensuring clarity in requirements and expectations during the submission process in line with standard government procurement practices.
Attachment 8 - Paint and Primer Data sheets.pdf
PDF1557 KBJun 27, 2025
AI Summary
The document primarily comprises Material Safety Data Sheets (MSDS) and Technical Data Sheets for the Super Therm Primer, Super Therm Top Coat, and Touch Up Spray Paint products. These sheets provide critical safety and technical information regarding the handling and use of these coatings, which may be used in government projects requiring compliance with safety and environmental regulations. Each MSDS outlines potential hazards, proper handling procedures, first aid measures, and emergency response information essential for maintaining safety standards. The Technical Data Sheets detail product specifications, including application methods, drying times, performance characteristics, and recommended usage conditions. In the context of government RFPs and grants, the documentation ensures that contractors and grantees are informed about the materials being utilized, promoting adherence to safety protocols and quality expectations in federal, state, and local construction and maintenance projects. Overall, the document serves to inform users about safe practices and technical specifications vital for compliance in regulatory environments.
Solicitation Amendment - FA251725Q00690001.pdf
PDF2232 KBJun 27, 2025
AI Summary
The document outlines a solicitation for a contract related to commercial products and services aimed at roof repair for modular structures at Peterson Space Force Base, Colorado. It specifies that the total award amount is set at $45 million, with a performance period from June 30, 2025, to August 15, 2025. The contractor must adhere to various clauses and regulations including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), emphasizing compliance with safety standards and reporting requirements. The contracting process encourages participation from small businesses, especially those owned by women, veterans, and economically disadvantaged groups. Specific instructions for submission of bids and essential contact information for inquiries are included, ensuring that interested parties are aware of the procurement criteria and application procedures. Overall, the document emphasizes federal efforts to support small businesses in government contracting while ensuring that all services comply with guidelines for labor standards, environmental protection, and safety protocols.
Attachment 6 - Owners Manual POD Config.pdf
PDF26178 KBJun 27, 2025
AI Summary
The Armag® Corporation Owner’s Manual outlines essential information for the Arc Vault units, including compliance standards, maintenance requirements, and assembly instructions. The manual confirms that the units meet ballistic certification as required by federal regulations and provides a 12-month warranty on materials and workmanship. Regular maintenance guidelines advise users to lubricate hinges and replace air conditioning unit filters to ensure optimal performance. The assembly section details the necessary tools and steps for installation, such as using a crane for positioning and connecting electrical and network systems. Each unit features a raised flooring system for easy access to wiring, ductless HVAC systems for climate control, and sound-masking technology to enhance security. Furthermore, the document emphasizes grounding requirements, emergency exit protocols, and compliance with ICD 705 regulations. It also includes technical specifications for components and features to support effective installation and operational reliability. This comprehensive manual serves as a resource for government entities utilizing the Arc Vault units, ensuring compliance with safety and technical standards throughout its lifespan.
Attachment 1 - PWS Modular Roof Repair 6 May 2025.pdf
PDF138 KBJun 27, 2025
AI Summary
The United States Space Command (USSPACECOM) has issued a Performance Work Statement (PWS) for roof leak repairs at Building 1, Colorado Springs, addressing significant water mitigation challenges. The project aims to construct solutions to prevent water accumulation on flat roofs of modular units and hazardous slips on pathways. The contractor is responsible for verifying site conditions, managing access and communication, and developing drainage systems that do not introduce new penetrations. Key requirements include sealing leaks, implementing weather diversion solutions, and installing drainage systems on selected modular unit sides. Environmental considerations, post-installation inspections, and safety protocols related to document security and personnel vetting are also specified. Compliance with federal procurement mandates, as well as a project timeline not exceeding 45 days, are emphasized. Communication with government representatives is critical for the scheduling, material approval, and coordination of site access, ensuring operational integrity of the area throughout the repair period. Overall, this document outlines a comprehensive plan for essential structural repairs while maintaining high security and safety standards.
Attachment 7 - Building 1 Modular Roof Repair Photos.docx
Word5202 KBJun 27, 2025
AI Summary
The document titled "Building 1 Modular Roof Repair Photos" serves as documentation for a roof repair project on Building 1, potentially referenced in government RFPs or grants related to facility maintenance and infrastructure improvements. It includes a series of photographs capturing the state of the roof before, during, and after repairs. The images aim to provide visual evidence of the deterioration, repair methods applied, and the finished condition of the roof. The key ideas presented revolve around the necessity for routine assessments and timely interventions to ensure structural integrity and longevity of government facilities. Supporting details include various stages of the repair process, illustrating compliance with safety regulations and maintenance standards. The photographs can support future funding or bidding processes by demonstrating the need for ongoing repair work and effective project execution. Overall, this document is a vital part of the maintenance records, showcasing the government's commitment to maintaining its assets and providing a reference for similar future projects. It highlights the importance of thorough documentation in securing funding and ensuring accountability in public infrastructure maintenance efforts.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 11, 2025
amendedAmendment #1Jun 16, 2025
amendedLatest Amendment· Description UpdatedJun 27, 2025
deadlineResponse DeadlineJul 3, 2025
expiryArchive DateJul 18, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA2517 21 CONS BLDG 350

Point of Contact

Name
Dante Aletto

Place of Performance

Colorado Springs, Colorado, UNITED STATES

Official Sources