Building 2413 Roof and Interior Repair
ID: W911SG25BA041Type: 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

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

    The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, Texas, is soliciting bids for the roof and interior repairs of Building 2413. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves significant construction work with an estimated value between $1,000,000 and $5,000,000, requiring a Firm-Fixed Price (FFP) contract. The scope includes the installation of a new 72-mil TPO roofing system, interior ceiling repairs, and gutter replacements, all while ensuring the facility remains occupied during construction. Interested bidders must submit their proposals in hard copy by 09:00 AM MDT on September 4, 2025, following a pre-bid conference and site visit scheduled for August 14, 2025. For further inquiries, contact Jakeb James at jakeb.i.james.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil.

    Files
    Title
    Posted
    This government file summarizes hazardous building material surveys for Ft. Bliss Building #2413, a former barracks constructed in 1953. The surveys, conducted by ALL Consulting Team for the U.S. Army Corps of Engineers, Tulsa District, focused on lead paint and asbestos. The lead paint survey involved 140 XRF analyses, with 20 building components testing positive for lead paint at or above 0.3 mg/cm², primarily on exterior and basement concrete and metal surfaces. The asbestos survey collected 78 bulk samples, which tested negative for asbestos-containing materials. The document concludes that while lead paint is present and requires proper management if disturbed, no asbestos abatement actions are currently needed. Future renovations or demolitions may necessitate further investigation for hidden hazardous materials.
    The Statement of Work (SOW) for Fort Bliss, Texas, outlines the roof replacement project for Building 2413 (FE 10069-4J). The project involves removing the existing roofing system and installing a new 72-mil TPO roofing system with R-38 insulation and 5/8-inch glass-mat roof board, adhering to a 30-year warranty for 120 mph wind speed coverage and Unified Facilities Criteria (UFC) standards. Additionally, the project includes interior work such as replacing hard ceilings in three rooms, installing new suspended tile ceilings in a hall, and replacing existing gutters and downspouts. The period of performance is 120 calendar days after the Notice to Proceed. The facility will remain occupied during construction, requiring strict adherence to safety, environmental, and quality control protocols. Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager, are required on-site. The document emphasizes compliance with federal, state, and local regulations, including those for hazardous materials (asbestos and lead-based paint), environmental protection, historical preservation, and safety (EM 385-1-1). The contractor is responsible for all necessary permits, licenses, and waste management.
    The Fort Bliss Directorate of Public Works outlines a Statement of Work for a roof replacement project at Building 2413. The project involves removing the existing roofing system and replacing it with a new TPO roofing and insulation system, ensuring compliance with regulatory standards for safety and performance. Interior repairs consist of ceiling replacements in designated rooms and the installation of new gutters and downspouts. The contract specifies a 120-day performance period post-issuance of the Notice to Proceed, with strict adherence to safety, environmental, and historical preservation regulations. Key personnel involved must include a Project Manager, Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM), all of whom are required to have specific credentials and experience. The Contractor is responsible for obtaining necessary permits and ensuring the safety of site operations, including the management of hazardous materials like asbestos and lead-based paint as per federal and state regulations. The project emphasizes a collaborative effort to meet mission requirements while ensuring quality and workplace safety throughout the construction process.
    This document addresses questions regarding Buildings 2413 and 2416, likely in the context of a government RFP or project. It clarifies that core samples are not permitted and as-built drawings are unavailable from DPW. A key point is that both buildings share identical specifications, specifically requiring the installation of TPO roofing with a minimum thickness of 72 mil or thicker.
    This Invitation for Bids (IFB) W911SG-25-B-A041 outlines the requirements for roof and room repairs at Building 2413 on Fort Bliss, TX. This project, set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, has an estimated construction magnitude between $1,000,000 and $5,000,000. It mandates a Firm-Fixed Price (FFP) contract and requires bid and performance bonds. A pre-bid conference and site visit are scheduled for August 14, 2025, with a deadline for questions on August 21, 2025. Bids are due by 09:00 AM MDT on September 4, 2025, and must be physically delivered; electronic submissions are not authorized. Key bid submission requirements include a completed SF 1442, total contract price, a letter from a bonding company, and digitally signed drawings. The successful contractor must provide a superintendent who works directly for the prime contractor. Wage rates for the project are governed by the TX20250245 Wage Determination, with specific provisions for Executive Order 14026 and 13658 minimum wages. All bidders must be registered in the System for Award Management (SAM) with the applicable NAICS code 238160 and small business size standard of $19,000,000. This solicitation ensures compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to bid guarantees, protests, and annual representations and certifications.
    This Invitation for Bids (IFB) W911SG-25-B-A041, issued by W6QM MICC-FT BLISS, seeks proposals for roof and room repairs at Building 2413, Fort Bliss, TX. This is a Firm-Fixed Price (FFP) contract set aside for Service-Disabled Veteran-Owned Small Business concerns, with an estimated construction magnitude between $1,000,000 and $5,000,000. Bids are due by 09:00 AM MDT on September 4, 2025, and a pre-bid conference and site visit are scheduled for August 14, 2025. A bid guarantee and performance/payment bonds are required. The contractor must provide a superintendent, and all work must be performed simultaneously. The solicitation includes detailed instructions for bid submission, required documents, and incorporates various FAR and DFARS clauses, including wage determinations for El Paso County, Texas.
    This government file, Amendment/Modification W911SG25BA0410001, details changes to an Invitation for Bids (IFB) for roof and room repairs at Building 2413, Fort Bliss, TX. The amendment extends the offer receipt date, adds RFI Questions and Answers, updates hyperlinks for UFGS, Fed.Gov holidays, and OPSEC, and modifies various clauses. It includes detailed instructions for bidders, submission requirements (hard copy only, no electronic submissions), and outlines key personnel qualifications (PM, Superintendent, SSHO/QCM). The project involves removing and replacing the existing roof with a 72 mil TPO system, interior ceiling repairs, and gutter replacement. The facility will remain occupied during construction. Strict adherence to environmental regulations, including the handling of asbestos-containing materials (ACM) and lead-based paint (LBP), is mandated. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
    The Directorate of Public Works (DPW) at Fort Bliss, TX, is soliciting bids for roof and room repairs at Building 2413. This Invitation for Bids (IFB) W911SG-25-B-A041 is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A pre-bid conference and site visit are scheduled for August 14, 2025, at 9:00 AM MDT. Bids are due by September 4, 2025, at 09:00 AM MDT. All questions must be submitted in writing via email by August 21, 2025, 10:00 AM MDT. Bids must be submitted in hard copy only, with electronic submissions not authorized. Required bid documents include a cover sheet, SF 1442, pricing, bonding company letter, bid bond, subcontractor list, representations and certifications, and digitally signed drawings. Bidders must be registered in the System for Award Management (SAM).
    This document, General Decision Number: TX20250245, specifies prevailing wage rates and labor regulations for building construction projects in El Paso County, Texas, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document also details paid sick leave requirements for federal contractors under Executive Order 13706 and provides a comprehensive list of classifications with their respective wage and fringe benefit rates, such as Boilermakers, Electricians, and Plumbers. Additionally, it explains various rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determination matters through the Department of Labor.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    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.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.