Construction Services for the FY25 National Roofing Program (NRP) Project #6 - SC013 and SC048 Columbia and North Charleston, SC
ID: W912QR-50297498Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for construction services related to the FY25 National Roofing Program (NRP) Project #6, which encompasses roof replacement projects in Columbia and North Charleston, South Carolina. Contractors are required to provide comprehensive design and construction services for the replacement of existing roof systems, ensuring energy efficiency, durability, and compliance with Unified Facilities Guide Specifications. This project is critical for maintaining the integrity of Army Reserve facilities and involves specific qualifications, including the need for a Registered Roof Consultant with at least ten years of experience. Proposals are due by August 22, 2025, at 2:00 PM Eastern Time, and interested parties should contact Christopher M. Jackson at christopher.m.jackson@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Indefinite Delivery Contracts W912QR24D0054-W912QR24D0063, a Design-Build Multiple Award Task Order Contract for Building Envelope, Roof Repair, and Replacement Construction under the U.S. Army Reserves National Roofing Program (NRP). The amendment, issued on August 6, 2025, specifically addresses NRP Project #6 in South Carolina (SC013 in Columbia, SC, and SC048 in North Charleston, SC). Key changes include a revised proposal due date of August 15, 2025, at 2:00 PM ET, and updated Section 00010 (Price Breakout Schedule) and Section 01 11 50 (Specification) for both locations. The scope of work involves design and construction services for roof repair and replacement, requiring adherence to Unified Facilities Guide Specifications and aiming for energy-efficient, durable, and sustainable outcomes. Proposals must include prices for all numbered items in the CLIN Schedule. The document details specific requirements for roof systems, exterior equipment, and architectural/building envelope elements, including the replacement of existing roofing down to the deck with new PVC or modified bitumen systems, and associated repairs and upgrades. Personnel requirements specify a Registered Roof Consultant (RRC) with at least ten years of experience. The document also provides a design milestone schedule and contacts for submittal distribution.
    This document is Amendment 0002 for the Indefinite Delivery Indefinite Quantity (IDIQ) Design-Build Multiple Award Task Order Contract (MATOC) for Building Envelope, Roof Repair, and Replacement Construction in support of the U.S. Army Reserves National Roofing Program (NRP) Project #6 (South Carolina). Key changes include a revised proposal due date of August 22, 2025, at 2:00 PM Eastern Time, and an updated Task Order Scope of Work (Section 01 11 50.00 06). The project, located at 13000 Jackson Blvd, Columbia, SC, involves the design and construction for roof replacement on USARC and OMS buildings, requiring a Registered Roof Consultant (RRC) with at least ten years of experience. The scope includes demolition, replacement of roof systems (SSMR and TPO with new PVC), ensuring energy efficiency, durability, and maintainability. Specific requirements for skylights, roof hatches, penetrations, and exterior envelope sealants are detailed. The document also provides design submission requirements, a milestone schedule, and general construction requirements including work hours and parking.
    The document outlines the Solicitation for Task Order 06 under the Army Reserve National Roofing Program (NRP) for Fiscal Year 2025. The primary objective is to repair and replace failing roofs in buildings located in Columbia, SC (SC013) and North Charleston, SC (SC048). It details the scope of work, which involves both design and construction services, and specifies the types of existing roofing systems that need addressing. Contractors are required to provide comprehensive design analyses, including compliance with building codes and sustainability standards. Further sections provide information on procurement requirements, site locations, wage rates per the Davis-Bacon Act, and necessary qualifications for contractors and design professionals. Additionally, a strict timeline and submission process for approvals and construction phases are outlined. Safety protocols, including antiterrorism training and access regulations for personnel on Army installations, are emphasized. This solicitation reflects the government’s commitment to maintaining facilities while ensuring safety and compliance through a structured design-build approach, focusing on efficient project execution and high-quality outcomes.
    The government file details two distinct roof replacement projects: one at SC013 in Columbia, SC, and another at SC048 in North Charleston, SC. Both are design-build projects requiring contractors to provide all labor, equipment, supplies, and consultant services for the complete replacement of existing roof systems to achieve energy-efficient, durable, maintainable, and sustainable facilities. Key requirements include comprehensive design analysis, adherence to Unified Facilities Guide Specifications (UFGS), and specific material and performance standards such as a minimum R-30 insulation for roofs and 20-year watertight warranties. The projects involve demolition of existing roofs, installation of new PVC or modified bitumen systems, replacement of skylights and roof hatches, and modifications to penetrations. Personnel qualifications mandate a Registered Roof Consultant (RRC) with at least ten years of experience. The document outlines a detailed design milestone schedule, including on-site meetings, and specifies coordination with various government entities and restricted work hours. Attachments provide site-specific information, including existing conditions and inspection reports.
    The Department of the Army's Louisville District solicits proposals for a multiple award task order contract (MATOC) related to building envelope, roof repair, and replacement for the U.S. Army Reserves National Roofing Program. The award will utilize a Best Value Trade-Off method, prioritizing price over past performance while determining contractor eligibility based on compliance with binding rates from existing indefinite delivery contracts. Proposals must include detailed price breakdowns and will remain valid for at least 120 days. The submission deadline is set for July 7, 2025, and proposals must be emailed to the designated contract officer. Payment and performance bonds are required within ten days of award notice. Any inquiries must be submitted through the ProjNet system. Notably, the solicitation includes clauses prohibiting the use of TikTok and other applications associated with ByteDance on contract-related IT systems, indicating federal compliance measures. The document outlines specific wage requirements under the Davis-Bacon Act and mandates prompt action for site investigations prior to proposal submissions, reinforcing the importance of adherence to wage and labor standards for participating contractors.
    Similar Opportunities
    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.
    089495-26-A-0015 N. Charleston, SC Charleston P&DC Roof Replacement
    Buyer not available
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the North Charleston Processing and Distribution Center (P&DC) in South Carolina. The project entails comprehensive roof work, including the removal of the existing roof system, inspection for damage, and installation of a new 80-mil PVC roof system, along with necessary repairs and lightning protection work. This opportunity is significant for roofing contractors, with an estimated project cost between $4 million and $5 million, and a completion timeline of 180 calendar days post-award. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by December 29, 2025, and are encouraged to attend a pre-proposal meeting on December 9, 2025. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    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.
    FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the FY26 North Myrtle Beach Ocean Outfall project located in North Myrtle Beach, South Carolina. This project involves the design and construction of a deepwater ocean outfall to upgrade the stormwater collection and conveyance system in a coastal urban area, which will be executed under a single design-build contract. The initiative is critical for improving stormwater management and will be coordinated with a separate project aimed at upgrading the landward portion of the stormwater system. Interested contractors can reach out to Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details, with the solicitation officially posted as of November 18, 2025.
    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.
    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.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    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.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.