Fort Leonard Wood Roofing IDIQ
ID: W911S725BA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEONARD WOODFORT LEONARD WOOD, MO, 65473-0140, USA

NAICS

Roofing Contractors (238160)

PSC

ROOFING AND SIDING MATERIALS (5650)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This government file outlines the specifications for a Roof Replacement IDIQ (Indefinite Delivery, Indefinite Quantity) contract at Fort Leonard Wood, Missouri, and its recreation area at Lake of the Ozarks. The project involves furnishing all necessary plant, labor, equipment, supplies, and materials for roof repairs and replacements. Key areas of work include general requirements, sitework (demolition), metals (steel decks), wood (rough carpentry), and thermal and moisture protection (various roofing types, insulation, and sheet metalwork). The contract emphasizes strict adherence to scheduling, utility coordination, field measurements, and permit requirements (digging, land disturbance, hot work, confined space). Safety is paramount, with detailed sections on general safety, fire prevention, and traffic control. Special requirements address the use of fire hydrants, asbestos and lead-based paint testing, mold remediation, and site security. The document also specifies guidelines for applicable publications, worksite housekeeping, responsibility for damage, disposal of materials (including hazardous waste), access and security policy procedures (AIE Pass transition), and mandatory training for antiterrorism, iWatch, and OPSEC. Submittal procedures for all equipment and materials are detailed, requiring government approval before installation.
    The document outlines a detailed Request for Proposal (RFP) for roofing services as part of the Roofing IDIQ initiative, which includes multiple tasks associated with the removal, replacement, and installation of roofing systems and related components. Tasks range from removing existing shingles, softening, and fascia, to installing new gutters, insulation, and different types of roofing systems such as EPDM and TPO. Specific quantities and unit measurements are provided for each task, illustrating the project's extensive scope. The RFP also includes various options for installation procedures and additional tasks like repairing seams in roofing membranes and applying elastomeric coatings for long-term durability. The overall goal is to enhance and modernize roofing infrastructure across designated federal properties, ensuring compliance with safety and quality standards. This document serves as a guideline for potential contractors interested in bidding for the project, providing all necessary details about the required work, materials, and processes involved, aligning with federal and local standards for roofing installations.
    The document outlines specifications for a roof replacement project at Fort Leonard Wood, Missouri, detailing the scope of work needed to repair and replace roofs at various locations. The contract operates on a delivery order basis, requiring contractors to schedule work in advance and abide by installation safety protocols. Important aspects include demolition procedures, roofing material specifications such as asphalt shingles, metal panels, and various types of insulation, all aligned with federal and state guidelines regarding construction and safety. Permits are necessary for earthwork, land disturbance, and hot work, alongside strict safety regulations to protect personnel and property. The contractor is accountable for quality control, verifying measurements, and conducting asbestos and lead paint testing where necessary. The document emphasizes the need for efficient debris disposal and ensures compliance with environmental regulations. Overall, this comprehensive plan underlines the government's commitment to maintaining military installations' integrity while adhering to safety and quality standards throughout the construction process.
    The “Roofing IDIQ - 2025 Base Year” document, along with its four options, details a comprehensive range of roofing removal, repair, and installation tasks. The project outlines the removal of various roofing systems, including shingles (up to three layers), built-up roofs, EPDM, TPO, and metal panels, as well as gutters, downspouts, soffits, fascia, and roof sheathing/framing. New installations and repairs cover asphalt fiberglass shingles, EPDM and TPO roof systems, commercial and residential gutters, continuous ridge vents, and insulation (R-10, R-20, R-30, and tapered). The scope also includes specialized items like snow rail systems, snow guards, coping, treated wood nailers, metal fascia and soffit systems, and roof drains. Repair work focuses on patching holes and repairing seams in EPDM and TPO membranes, as well as replacing exposed screws and caulking. Liquid elastomeric coatings for roof protection and warranty extension are also specified. The document also mentions the installation of various sized EPDM and TPO boots, as well as tasks related to retrofitting steel roof panels, installing flute fill, and removing/reinstalling lightning protection. This multi-year contract outlines extensive roofing work, covering diverse materials and techniques, ensuring comprehensive maintenance and upgrades for government facilities.
    The “Roofing IDIQ - 2025 Base Year” document, along with its four options, details a comprehensive range of roofing removal, repair, and installation tasks. The project outlines the removal of various roofing systems, including shingles (up to three layers), built-up roofs, EPDM, TPO, and metal panels, as well as gutters, downspouts, soffits, fascia, and roof sheathing/framing. New installations and repairs cover asphalt fiberglass shingles, EPDM and TPO roof systems, commercial and residential gutters, continuous ridge vents, and insulation (R-10, R-20, R-30, and tapered). The scope also includes specialized items like snow rail systems, snow guards, coping, treated wood nailers, metal fascia and soffit systems, and roof drains. Repair work focuses on patching holes and repairing seams in EPDM and TPO membranes, as well as replacing exposed screws and caulking. Liquid elastomeric coatings for roof protection and warranty extension are also specified. The document also mentions the installation of various sized EPDM and TPO boots, as well as tasks related to retrofitting steel roof panels, installing flute fill, and removing/reinstalling lightning protection. This multi-year contract outlines extensive roofing work, covering diverse materials and techniques, ensuring comprehensive maintenance and upgrades for government facilities.
    This government document, an amendment to solicitation number W911S725BA004, issued on September 24, 2025, primarily serves to add FAR Clause 52.223-2, "Reporting of Biobased Products Under Service and Construction Contracts," to the solicitation. This clause, effective May 2024, is incorporated by reference into Section 00 72 00 - General Conditions. The amendment also outlines the procedures for offerors to acknowledge receipt, either by completing specific items, acknowledging on each offer copy, or via separate communication. Failure to acknowledge the amendment prior to the specified deadline may result in the rejection of the offer. The document also details procedures for changing an already submitted offer. This amendment ensures that all terms and conditions of the original solicitation remain in full force and effect, with the specified addition.
    This Invitation for Bid (IFB) from the Mission Installation Contracting Command (MICC) at Fort Leonard Wood, MO, seeks a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for roofing services. The acquisition is a 100% Service-Disabled, Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated magnitude between $10,000,000 and $25,000,000 over a five-year period (one base year and four option years). Bidders must submit a complete sealed bid, including a bid guarantee of 20% of the bid price (not exceeding $3,000,000), and be registered on SAM.gov. A site visit is scheduled for October 7, 2025, and bids are due by November 27, 2025, at 1:00 PM CST. The award will be based on the lowest-priced, responsible, and responsive bidder, with pricing evaluated across the base and all option years. The contract requires performance and payment bonds, with specific instructions for submission and potential increases.
    This document is an amendment (W911S725BA0040002) to a solicitation for a single-award Indefinite Quantity Indefinite Delivery (IDIQ) contract for roofing requirements at Fort Leonard Wood, MO, and the Lake of the Ozarks Area (LORA), Linn Creek, MO. The acquisition is a 100% Service-Disabled, Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated contract magnitude between $10,000,000 and $25,000,000, spanning five years. The amendment primarily modifies key dates: the site visit is rescheduled to November 11, 2025, at 10:00 AM (CST); technical questions are due by November 14, 2025, at 1:00 PM (CST); and the bid opening is extended to November 27, 2025, at 1:00 PM (CST). All other terms and conditions of the original solicitation remain unchanged.
    This Invitation for Bid (IFB) from MICC-Fort Leonard Wood is for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, MO, and the Lake of the Ozarks Area. The acquisition is a 100% Service-Disabled, Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated magnitude between $10,000,000 and $25,000,000 over a five-year period (one base year and four option years). Key dates include a site visit on November 12, 2025, questions due by November 17, 2025, and bids due by December 2, 2025. A bid guarantee of 20% of the bid price, not exceeding $3,000,000, is required, along with an initial payment and performance bond of $1,000,000 due 10 days post-award. The contract will be awarded to the lowest-priced responsible bidder, evaluated on price and price-related factors, and compliance with all solicitation instructions, including SAM.gov registration and a fully completed Task List (Technical Exhibit A).
    This document, Amendment/Modification Number W911S725BA0040003, details changes to a solicitation for a single-award Indefinite Quantity Indefinite Delivery (IDIQ) contract for roofing services at Fort Leonard Wood, MO, and the Lake of the Ozarks area. The acquisition is a 100% Service-Disabled, Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated contract value between $10,000,000 and $25,000,000 over five years. Key amendments include extending dates for the site visit (now November 12, 2025, at 10:00 AM CST), technical questions (due November 17, 2025, at 1:00 PM CST), and the bid opening (December 2, 2025, at 1:00 PM CST). The NAICS code is 238160 with a $19 million size standard. Bids require a 20% bid guarantee (not to exceed $3,000,000) and an initial payment and performance bond of $1,000,000. Instructions for bid submission, including hand-carried and mailed options, and bid preparation are thoroughly outlined, emphasizing online representations and certifications via SAM.GOV.
    This document outlines a Request for Proposal (RFP) for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, MO, and the Lake of the Ozarks area. The acquisition is a 100% Service-Disabled, Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated magnitude between $10,000,000 and $25,000,000. The contract will have a five-year term, comprising a 12-month base year and four 12-month option periods. A site visit is scheduled for December 3, 2025, and bids are due by December 17, 2025. A bid guarantee of 20% of the bid price (not exceeding $3,000,000) and an initial payment and performance bond of $1,000,000 are required. The contract will be awarded to the lowest-priced responsible bidder based on price and price-related factors, with responsiveness criteria including SAM.GOV registration, proper bid submission, and a completed task list.
    This document outlines Amendment/Modification W911S725BA0040004 for a federal Invitation for Bid (IFB) for roofing Indefinite Quantity Indefinite Delivery (IDIQ) requirements at Fort Leonard Wood, MO, and the Lake of the Ozarks area. The acquisition is set aside for 100% Service-Disabled, Veteran-Owned Small Businesses (SDVOSB), with an estimated contract magnitude of $10,000,000 to $25,000,000 over five years. Key changes include extending the site visit to December 3, 2025, technical question deadline to December 5, 2025, and the bid opening/due date to December 17, 2025. Bids require a 20% bid guarantee (not exceeding $3,000,000) and an initial payment and performance bond of $1,000,000. Instructions for bid submission, including hand-carried and mailed options, security procedures, and required bid package organization, are detailed. The NAICS code is 238160 with a $19 million size standard.
    This Invitation for Bid (IFB) outlines requirements for a single-award Indefinite Quantity Indefinite Delivery (IDIQ) contract for roofing services at Fort Leonard Wood, MO, and the Lake of the Ozarks Recreation Area. The acquisition, set aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $10,000,000 and $25,000,000, with a five-year contract period. Key dates include a site visit on October 7, 2025, a deadline for written questions on October 13, 2025, and a bid submission deadline and public opening on October 23, 2025, at 1:00 PM CST. A bid guarantee of 20% of the bid price (not exceeding $3,000,000) and an initial payment and performance bond of $1,000,000 are required. Bids will be evaluated based on price and price-related factors, with award going to the lowest-priced, responsible, and responsive bidder. Bidders must be registered on SAM.GOV and submit a complete bid package, including a signed SF 1442, acknowledged amendments, and a fully completed Task List (Technical Exhibit A).
    This document, General Decision Number: MO20250019, outlines prevailing wage rates and labor standards for building construction projects in Pulaski County, Missouri, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). The document lists specific wage rates and fringe benefits for various construction trades, including asbestos workers, carpenters, electricians, laborers, and plumbers, with effective dates for each classification. It also provides information on paid sick leave for federal contractors under Executive Order 13706 and outlines the appeals process for wage determinations, including contacts for initial decisions and review requests.
    The document outlines the prevailing wage determination for building construction projects in Pulaski County, Missouri, effective June 13, 2025. It emphasizes compliance with the Davis-Bacon Act and associated Executive Orders, requiring contractors to pay minimum wage rates based on contracts initiated or extended after specified dates, with a minimum rate of $17.75 per hour for contracts initiated after January 30, 2022. The document includes specific wage rates for various construction classifications, such as electricians, carpenters, and masons, detailing their base rates and fringe benefits. It also covers additional obligations under executive orders, including paid sick leave provisions for federal contractors established by Executive Order 13706, and describes the processes for appeals regarding wage determinations. This comprehensive wage guideline is vital for ensuring fair compensation for workers engaged in federally funded construction projects, promoting adherence to labor standards and worker protections. The structured identification of rates, classifications, and associated requirements reflects the government’s commitment to compliance and equitable labor practices in the contracting process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide base operations support services at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area (LORA). The procurement encompasses a range of services including maintenance and operation of facilities, utility systems, grounds maintenance, and support for special events, all critical for the effective functioning of military training missions. This contract is vital as it supports the infrastructure used by joint forces and international allies, ensuring operational readiness and reliability. Interested parties should note that the anticipated issuance of a draft solicitation is set for January 16, 2026, and inquiries should be directed to Samuel J. Colton or Christopher Weber via their respective emails.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, through the Army's Mission and Installation Contracting Command, is seeking qualified contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area. The procurement aims to secure non-personal, performance-based services including facility maintenance, utility operations, and grounds management, with a focus on achieving fair market pricing. These services are critical for maintaining operational readiness and supporting military training objectives. Interested Federally Certified 8(a) firms must submit their capabilities and relevant experience electronically by December 12, 2023, to the primary contact, Samuel J. Colton, at samuel.j.colton.civ@army.mil, or the secondary contact, Christopher Weber, at christopher.weber11.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.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    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.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana, under Solicitation No. 15BBNF26B00000003. The project entails replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a completion period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10,000,001.00 and $25,000,000.00, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS Code 238160 and can contact Patrick Ford at pford@bop.gov for further information.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Buyer not available
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    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.