Repair roof of Building 629, Fort Bliss, TX
ID: W911SG25BA037Type: 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 629 at Fort Bliss, Texas. This project, set aside for HUBZone small businesses, involves the removal of the existing roof and installation of a new asphalt shingle system, with a performance period of 120 calendar days following the Notice to Proceed. The estimated construction cost ranges between $100,000 and $250,000, and bidders must provide a bid guarantee, performance, and payment bonds, along with a superintendent on-site at all times during the project. Interested contractors should contact Cuong Tran at cuong.m.tran5.mil@army.mil or Shawn Munro at shawn.t.munro.mil@army.mil for further details, with bids due by August 29, 2025.

    Files
    Title
    Posted
    This document is an Abstract of Offers for construction services related to Solicitation Number W911SG-25-B-A037, issued by MICC - FORT BLISS (919TH C BN) for the "Repair roof of Building 629, Fort Bliss, TX." The solicitation was issued on July 31, 2025, and offers were opened on August 29, 2025. SFC Shawn Munro, the Contracting Officer, certified the abstract on August 29, 2025. The government's estimated cost for the "ROOF REPAIRS AT BUILDING 629" was $36,380.00 as a reasonable contract without profit, or $40,000.00 including profit. Two offers were received: ALL AMERICAN AA LLC and C ORTIZ CORP, both acknowledging one amendment and providing a bid security of a 20% bid bond.
    The Optional Form 1419A, a continuation sheet for the Abstract of Offers - Construction, is used when more than two offers are received for a construction project. It accommodates 13 contract items per sheet, mirroring the structure of OF 1419. This form details offers by listing the offeror, bid security type and amount, acknowledged amendments, and contract item specifics such as estimated quantity, unit, unit price, and estimated amount. An example provided, W911SG-25-B-A037, illustrates its use for a project to repair the roof of Building 629 at Fort Bliss, TX, with bids from SWP Contracting & Paving, Pioneer Roofing & Construction, and Globe Builders, each providing a 20% bid bond.
    This document summarizes hazardous material surveys conducted at Fort Bliss Building 629 by ALL Consulting Team. The surveys, performed in September 2015, identified the presence of lead-containing paint and asbestos-containing materials (ACMs). The lead paint survey involved 77 XRF analyses, with 48 components testing positive at or above 0.3 mg/cm2. The asbestos survey collected 51 bulk samples, confirming ACMs in two homogeneous areas: door caulking (72 LF) and tile under carpet and mastic (1580 SF). Both materials were classified as Category I, non-friable. The report emphasizes that Ft. Bliss is responsible for proper management of these materials, requiring licensed personnel and adherence to federal and state regulations for any disturbance, renovation, or demolition activities. It underscores the need for proper project designs and notifications before disturbing these hazardous materials.
    The document outlines a Comprehensive Hazardous Building Materials Survey conducted on Building 629 at Fort Bliss, assessing the presence of lead paint and asbestos. The surveys were performed for the U.S. Army Corps of Engineers (USACE) to ensure compliance with federal and state regulations. The lead paint assessment indicated that out of seventy-seven XRF analyses, forty-eight samples tested positive for lead paint present at levels exceeding the action threshold. Similarly, the asbestos survey identified several asbestos-containing materials (ACMs) in the building, notably door caulking and tile under carpet, categorizing them as non-friable. The reports stated the necessity of managing these hazardous materials responsibly and required proper notification before any disturbance during renovations or abatement. The findings emphasize the importance of worker and public safety while maintaining compliance with environmental laws. The surveys aim to safeguard personnel and residents by identifying and planning for the abatement of hazardous materials prior to any demolition or renovation activities.
    The document appears to be a collection of road names and abbreviations, likely related to infrastructure or mapping within a government context, specifically mentioning "FORT BLISS" and "DPW" (Department of Public Works). The repeated mention of "RD" (Road) alongside specific road names like "SMITH RD," "ELM RD," "FERN RD," "MERRITT ROAD," and "PLEASONTON ROAD" suggests a focus on roadways. The numerical references "629" and directional "N" further indicate a possible link to mapping, planning, or construction projects. The presence of these details within a government file, especially with references to a military installation (Fort Bliss) and public works, indicates its relevance to federal or local government RFPs concerning infrastructure development, maintenance, or urban planning. The various sections with "DPW FORT BLISS" and "SLOPE" could be related to specific project areas or engineering considerations. The final lines with placeholder text suggest a template for a more detailed document, likely an RFP or project description, involving the U.S. Army and focusing on surveying and development.
    The document appears to consist of an incomplete list of roads and infrastructure references, potentially pertaining to maintenance or construction projects at Fort Bliss, which is a U.S. Army installation. Key references include Smith Rd, Elm Rd, and Pleasanton Rd, among others, with mentions of the Department of Public Works (DPW) associated with Fort Bliss. However, much of the text is garbled or obscured, limiting legibility and clarity regarding specific projects or intentions. The overarching purpose seems to involve the management of military infrastructure, likely in response to RFPs or local grants, but the fragmented nature of the document restricts the ability to ascertain detailed objectives or funding specifics. The relevance to government RFPs indicates an effort to align infrastructure development with federal or local funding opportunities, underscoring the importance of maintaining critical military assets while addressing logistical and regulatory challenges. Overall, the cohesive analysis of the information is hindered by substantial text distortion.
    The Directorate of Public Works (DPW) at Fort Bliss, TX, is soliciting bids for the "Replace Roof of Building 629" project, identified as IFB W911SG25BA037. This Firm Fixed Price contract is set aside for HUBZone Owned Small Businesses. A non-mandatory pre-bid conference and site visit will be held on August 13, 2025, at 10:00 AM MST at Building 629, with attendance limited to two representatives per company and requiring prior registration and visitor passes. All questions must be submitted in writing via email by August 20, 2025, at 1:00 PM MST. Bids are due by August 29, 2025, at 10:30 AM MST and must be submitted physically, with electronic submissions not authorized. Bids must be sealed, clearly identified, and include specific hard copy documents such as a cover sheet, SF 1442, pricing, bonding company letter, bid bond guarantee, subcontractor list, representations and certifications, and digitally signed drawings. All project updates, amendments, and Q&A responses will be posted on SAM.gov. Bidders must be registered in SAM and comply with all FAR clauses and wage determinations.
    The Directorate of Public Works (DPW) at Fort Bliss, TX invites bids for the replacement of the roofing system at Building 629. The bid submission deadline is 10:30 AM MST on August 29, 2025, with a pre-bid conference set for August 13, 2025. This project is reserved for HUBZone owned small businesses, emphasizing competitive pricing for a Firm Fixed Price contract. Bidders are required to attend the pre-bid conference but it's not mandatory, and identification will be necessary for site access. All inquiries must be submitted via email by August 20, 2025, and responses will be posted on the SAM website rather than through amendments. Bids must be submitted physically and are not permitted via electronic means. Essential bid components include indication of project title, cover sheets, bonding documents, and digitally signed drawings. The contract will adhere to federal wage determinations, and all bidders must complete online certifications with SAM prior to placing their bids. The government will not cover any costs incurred during the bidding process. Overall, this document outlines the procedural guidelines for qualified contractors to participate in the roofing replacement initiative at Fort Bliss, ensuring compliance with federal contracting regulations.
    This Invitation for Bids (IFB) outlines a project for repairing the roof of Building 629 at Fort Bliss, Texas. The project is a competitive set-aside for HUBZone small businesses, with an estimated construction magnitude between $100,000 and $250,000. Key requirements include removing the existing roof and installing a new asphalt shingle system with a 30-year manufacturer's warranty. The historical nature of Building 629 mandates approval from the Environmental Division – Historic Preservation Program for all materials and colors. The contractor must provide a superintendent on-site, who is considered a key position and cannot be subcontracted. Additionally, a bid guarantee, performance, and payment bonds are required. The project has a performance period of 120 calendar days after receiving a Notice to Proceed. The document also details general requirements, including adherence to safety protocols, environmental regulations, historical preservation standards, and specific qualifications for key personnel such as the Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager.
    Amendment 0001 to Solicitation W911SG25BA037, dated July 31, 2025, modifies the original solicitation by changing the required time for the contractor to furnish performance and payment bonds from 30 calendar days to 10 calendar days. This amendment, effective August 19, 2025, was issued by W6QM MICC-FT Bliss and all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    The document outlines a solicitation for bids regarding the repair of the roof of Building 629 at Fort Bliss, Texas. It is an Invitation for Bids (IFB) that mandates a bid guarantee and requires performance and payment bonds. The project is set aside for HUBZone small businesses, with an estimated cost between $100,000 and $250,000. The Contractor is expected to complete the work within 120 calendar days after receiving the Notice to Proceed (NTP). Specific work requirements include ensuring historical preservation during construction, compliance with safety regulations, and managing hazardous materials such as asbestos and lead. Key personnel roles—including Project Manager, Superintendent, and Safety Officer—are essential for maintaining safety and quality standards. Detailed environmental and regulatory compliance measures are emphasized, ensuring pollution control and support for historic properties. The document serves as a guide for prospective contractors to understand the scope of work, regulatory requirements, and expectations for the project within the federal contracting framework.
    The Statement of Work (SOW) for Fort Bliss, Texas, outlines the replacement of the existing roof system at Building 629 with a new asphalt shingle roof. This project involves the removal of the old roof, replacement of wood plank decking, and installation of new self-adhering underlayment and asphalt shingles, all adhering to a 30-year manufacturer's warranty. As Building 629 is a historical property, all materials and paint colors require approval from the Environmental Division – Historic Preservation Program. The work must comply with various codes and standards, including the 2021 ICC, Unified Facilities Criteria (UFC), and NFPA 101 Life Safety Code. Key requirements include protection of adjacent areas, adherence to hazardous material handling procedures (asbestos/lead), and coordination with various departments for electrical, telecommunications, and environmental concerns. The project emphasizes safety, quality control, and environmental protection, with specific guidelines for waste management, noise control, and protection of natural and historical resources. The period of performance is 120 calendar days, with strict adherence to work hours and personnel qualifications for Project Manager, Superintendent, and Site Safety and Health Officer/Quality Control Manager.
    The Statement of Work outlines the project to replace the roof at Building 629 on Fort Bliss, Texas, emphasizing compliance with regulations and preservation of historical integrity. The project involves removing the existing roofing system and installing a new asphalt shingle roof, including wood deck replacement and underlayment per manufacturer specifications. A key objective is maintaining safety and minimizing impact on the building, which is occupied during construction. The contractor is responsible for obtaining necessary permits, managing hazardous materials like asbestos and lead, and ensuring environmental protection throughout the process. The performance period is set at 120 days from the issuance of a Notice to Proceed, and work must adhere to various codes, including safety regulations from OSHA. Responsibilities include daily site maintenance, quality control, and coordination with the government for inspections. The document also details the requirements for project personnel such as project managers and safety officers, all of whom must have relevant experience and maintain compliance with safety standards. The overarching goal is to complete the project efficiently while prioritizing historical preservation, safety, and environmental protection.
    The document outlines wage determinations and labor requirements for building construction projects in El Paso County, Texas, as part of compliance with the Davis-Bacon Act. It specifies that contracts awarded on or after January 30, 2022, must pay workers a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, reflecting updates under Executive Orders 14026 and 13658. The document details various job classifications and their corresponding wage rates, including required fringe benefits. Additionally, it addresses classifications that may require conformance requests should they not be listed, emphasizing contractor obligations under the Executive Orders, including provisions for paid sick leave. The appeal process for wage determinations and classifications is provided, detailing steps for filing reviews or appeals with the Department of Labor. This document serves as a critical reference for contractors involved in federally funded construction projects, ensuring adherence to labor standards and equitable pay. It highlights the government's commitment to ensuring fair labor practice compliance in public contracts.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.