Roof Fall Protection Systems Services
ID: HQ003426RE004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

OTHER QC/TEST/INSPECT- CONSTRUCTION AND BUILDING MATERIALS (H956)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This procurement involves the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline and Beam & Trolley systems, with a contract structure that includes a Firm-Fixed-Price base period and optional Indefinite-Delivery Indefinite-Quantity provisions for repairs. The services are critical for ensuring safety compliance and operational integrity within the Pentagon, emphasizing the need for qualified personnel and adherence to stringent safety regulations. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and complete proposals by January 7, 2026, with contact points for inquiries being Keisha Simmons at keisha.simmons@whs.mil and Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses offerors' questions regarding RFP HQ003426RE004, clarifying various requirements for contractors. Resumes are required for all key personnel listed in the PWS, not just the Program/Project Manager, increasing the page limit for this section to 10 pages. All required forms, except past performance data sheets and questionnaires, must be submitted in Volume IV: Other Contractual Information. The document details access protocols for the Pentagon, including visitor registration, badge access procedures, and parking information. It also specifies that contractors must request permits for laydown areas and space use if they need to store materials. Access to site utilities requires approval from the Facilities Operations and Services Division (FOSD). Normal work hours are 0600 to 1800 on government workdays, with potential non-disruption periods. Mechanical equipment shutdowns are not anticipated but require FOSD approval if necessary. The RFP clarifies that previously completed Past Performance Questionnaires (PPQs) are not acceptable, but official CPARS evaluations can be submitted in their place. Finally, it notes annual functional and performance-related repairs for fall protection systems, with one urgent repair in the last five years, and confirms existing fall protection systems are for fall-arrest only, not rope access/suspended access or roof maintenance.
    The document lists attendees for a site visit related to "ROOF FALL PROTECTION SYSTEMS (RFPS)" under the reference HQ003426RE004. The attendees include Timothy Joseph Desmond and Scott Andrew Anderson from East Coast Technologies, with titles of GM/Head of Construction & Fall Protection and Project Engineer, respectively. Kevin Eugene Wilcox and Mitchell Gary Williams from LB, Inc. are listed as Safety Practice Operations Leader and Safety Consultant. Christopher Andrew Conlu from Shine On Group, Inc. is also included. This file appears to be a record of individuals present for a pre-bid or informational meeting concerning a government RFP for roof fall protection systems.
    The Washington Headquarter Services (WHS) is soliciting proposals for Roof Fall Protection Services at the Pentagon Building. This Performance Work Statement (PWS) outlines requirements for the inspection, repair, and certification of existing Fall Protection Systems (FPSs), including Horizontal Lifeline (HLL) and monorail Beam and Trolley (B&T) systems. The contract will be a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) for repairs, encompassing a base period and four option periods. Key aspects include annual inspections, comprehensive repair plans, urgent repair capabilities, and annual certification of all FPSs. Contractors must adhere to stringent safety regulations, obtain necessary permits, and ensure personnel are U.S. citizens with proper security clearances. The PWS details technical requirements, submittal procedures, and attachments relevant to the project, emphasizing compliance with federal and WHS building codes and safety standards.
    The "Pentagon Historic Concrete Specifications" outlines detailed requirements for all exterior cast-in-place concrete at the Pentagon Reservation. It mandates adherence to UFGS Section 03 30 00 with PFGS edits, along with specific attachments. The document emphasizes coordination with the COR and WHS EAD Structural Engineer for approvals and concrete sample panels. Key aspects include submittal requirements for manufacturer data, mix designs, and mockup panels, which must be approved before concrete placement. It specifies the
    The Pentagon Reservation Exterior Standards Manual, developed for Washington Headquarters Services (WHS), outlines design standards for exterior building and site elements at the Pentagon Reservation in Arlington, Virginia. The document, updated in 2021 from an original 2016 study, ensures a cohesive aesthetic while considering the Pentagon's historic context as a National Historic Landmark, functional requirements, costs, maintenance, and sustainability goals. It divides the 240-acre site into seven zones, with Zone 0 being the Pentagon Building itself, and subsequent zones radiating outwards, each with specific design guidelines and material palettes. The manual details general design guidelines applicable to all zones, covering aspects like signage, lighting, landscaping, parking, and pavements, all emphasizing deference to the Pentagon Building's visual prominence and adherence to the Secretary of the Interior's Standards for Rehabilitation. The document also includes an Exterior Materials Control List and implementation strategies, aiming to balance historic preservation with the demands of an active military installation and modern sustainability practices.
    The "Reservation Finish Standards (General Office Space)" document from Washington Headquarters Services, Department of Defense, dated March 4, 2021, outlines the standardized finish specifications for non-executive general office spaces. It details materials and finishes for various architectural elements, including flooring (carpet tile, with broadloom as a tenant upgrade), rubber base, painted gypsum board walls, acoustic tile ceilings, and anodized aluminum metals. The document also specifies finishes for Smart Walls and demountable partitions, window treatments, and lighting. Key components include Shaw custom carpet, Benjamin Moore paints (Snowfall White and Galveston Gray), Allstate rubber base, and Bali window blinds. The document provides crucial notes on paint sheen, utility chase colors, Smart Wall accessories, and the matching of visible factory-finished diffusers, grilles, and registers to architectural finishes. These standards ensure consistency and quality in federal government office space renovations and constructions.
    The document, titled
    The "Pentagon Equipment Labeling Standard" document, issued by Washington Headquarters Services, Department of Defense, on March 4, 2021, outlines a standardized methodology for labeling equipment within the Pentagon. This revision incorporates additional location and equipment abbreviations, expanded examples, and updates to abbreviation lists and contact information. The standard utilizes guidelines from the National Institute of Building Sciences (NIBS) and the American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE) for its abbreviations and labeling system. The document details the structure for equipment designations, including unit type, floor, ring, room, unit, and component/device numbers, providing examples for mechanical, electrical, and fire protection equipment. It also specifies requirements for bar-coded tags and labels, emphasizing heat and water resistance. The purpose is to ensure consistent and unique identification of all mechanical (HVAC), electrical, plumbing, fire alarm, fire protection, and related equipment throughout the Pentagon.
    The 2021 Pentagon Reservation Excavation Permit Application outlines the process for obtaining authorization for excavation work that may disrupt underground utilities or penetrate more than six inches below ground. The permit is issued by Washington Headquarters Services – Facilities Services Directorate (WHS-FSD). Key requirements include submitting a scaled PDF drawing of the excavation site, contacting the enterprise Facility Information Center (eFIC) for existing conditions drawings, and notifying Miss Utility. Contractors are responsible for tracing and marking all underground utilities and must use hand digging or vacuum excavation within five feet of known utility lines. A separate Space Use Permit from the Pentagon Building Management Office (PBMO) is also required. The review process typically takes 20 business days. Closeout requires providing as-built drawings and other spatial information to PBMO and eFIC. The document also details coordination with various utility owners and provides contact information for reporting damages or unmarked utilities.
    This government file outlines the minimum qualification requirements for key personnel involved in projects related to fall protection systems. The document details specific experience, educational, and certification criteria for various roles, including Program Manager/Project Manager, Designer of Record, Reviewing Engineer, Site Safety and Health Officer (SSHO), Quality Control Manager, Fall Protection System Maintenance & Repair Mechanic, and On-site Coordinator/Site Superintendent. Key requirements include extensive experience with both Beam & Trolley (B&T) and Horizontal Lifeline (HLL) fall protection systems, relevant degrees in construction management or engineering, and certifications such as CCM, PMP, CPC, or DBIA, or professional licensure. The SSHO and On-site Coordinator/Site Superintendent roles also require specific OSHA training. The document emphasizes the need for qualified and certified professionals to ensure the design, installation, maintenance, and safety of fall protection systems.
    The Washington Headquarters Services (WHS) Asbestos Location O&M Program, dated March 4, 2021, outlines procedures for managing asbestos-containing materials (ACM) and presumed asbestos-containing materials (PACM) within the United States Pentagon, Arlington, Virginia. The program's long-term goal is ACM removal, prioritizing a safe environment for all occupants. It details WHS policy, requiring authorization for asbestos-related work by accredited personnel and periodic inspections of ACM. The document identifies specific ACM and PACM locations within the Pentagon, including the Museum area, Steam Tunnels, inaccessible areas, pipe gaskets, and the Heating and Refrigeration Plant. It also specifies training requirements for personnel, operations and maintenance guidelines for disturbing ACM, a notification process for outside contractors, and record-keeping protocols for all asbestos-related activities. Emergency procedures for accidental disturbance are also included.
    This document, titled "Project Man Hours Work DART Rate" from Washington Headquarters Services, Department of Defense, dated March 4, 2021, appears to be a template or example of a monthly accident report. It details key safety metrics such as the DART (Days Away/Restricted/Transfer) Rate, Days Away/Restricted/Transfer Rate, and includes sections for Man Hours Worked, Near Misses, OSHA Recordables, Lost Time Accidents, and Total Lost Work Days. The document also provides an example of an Accident/Incident Summary, specifically a near miss involving a pipe coming loose from a truck. The purpose of this file is to track and report workplace safety statistics, which is crucial for federal government agencies in managing contractor performance and ensuring compliance with safety regulations, often a requirement in RFPs and grants.
    General Decision Number VA20250013, effective February 28, 2025, outlines prevailing wage rates for building construction projects in Arlington County, Virginia, including Alexandria. It specifies 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 lists various craft classifications with their respective wage and fringe benefit rates, such as Asbestos Workers, Boilermakers, Electricians, Plumbers, and Ironworkers. It also details different rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determinations. Additionally, it mentions Executive Order 13706, which mandates paid sick leave for federal contractors.
    The document outlines the development and implementation of Computer-Aided Design (CAD) standards for facilities within the Department of Defense (DoD) and the Federal Government. The primary goal is to standardize CAD requirements for design and construction documents, encompassing various disciplines like architecture, engineering, and environmental aspects. This initiative aims to streamline processes, improve data exchange, and reduce redundant efforts across different agencies. Key organizations involved include the Naval Facilities Engineering Command, the Construction Specifications Institute, and the National Institute of Building Sciences. The document emphasizes the adoption of existing industry and national standards to ensure consistency and efficiency throughout the entire lifecycle of facilities, from design to operations and maintenance.
    The Facilities Services Directorate (FSD) presented its Electronic Data Standards (EDS) to ensure consistent, accurate, and convertible design deliverables (CAD, GIS, BIM, Text Documents) for construction, maintenance, and future design work. FSD contractors must adhere to these electronic format standards. Key aspects include specific GIS standards for projection systems, data formats, and metadata; advanced modeling requirements for USACE projects and WHS projects; and detailed submittal requirements covering folder structure, file naming conventions, drawing sheet assembly, and the use of cells and blocks. The EDS also outlines border file requirements, A/E/C layers and levels, and common deficiencies to avoid. Compliance is critical, with a checklist and supplemental notes detailing major, moderate, and minor deficiencies. All submissions must include a self-assessment compliance checklist, be in DWG and PDF formats, and include native software files for complete representation.
    The Washington Headquarters Services (WHS) Electronic Data Standards (EDS) v6.1 establishes guidelines for design deliverables within the Department of Defense. Authorized by the Facilities Services Directorate (FSD) and Integrated Technology Division (ITD), the EDS ensures homogeneity, accuracy, and efficient conversion of design deliverables into As-Built documentation for operations, maintenance, and future design. It applies to all WHS-managed facilities and covers BIM, CAD, GIS, and index spreadsheets. Key requirements include georeferencing standards for geographical and non-geographical drawings, specific CAD deliverables in AutoCAD and PDF, a standardized folder structure, and precise file naming conventions. GIS deliverables must adhere to SDSFIE and FGDC standards, primarily using ESRI ArcGIS or ShapeFile formats. All submissions require a completed Compliance Checklist for electronic delivery to ensure adherence to these contractually binding standards.
    The eFIC QUALITY ASSURANCE CAD COMPLIANCE CHECKLIST REVIEW is a comprehensive document designed to ensure the quality and compliance of CAD submissions within government projects. It outlines a multi-phase review process, starting with a Submittal Delivery Compliance Review that checks folder structure, file formats (PDF), project identifiers, and adherence to WHS EDS file naming conventions. The second phase, Spot Check File Structure Requirements, focuses on the accuracy of title and revision blocks, drawing and working unit settings, and proper display and removal of extraneous raster and reference files. The final phase, Detailed CAD File Compliance Checklist, delves into EDS drawing structure, level/layer names, and cell/block usage, ensuring compliance with specified standards like AEC CAD Standards v6.1. The checklist also addresses the proper marking of Controlled Unclassified Information (CUI) and adherence to DoDM 5200.01. The overall purpose is to standardize CAD deliverables, maintain data integrity, and ensure that all project files meet stringent government requirements, culminating in a compliance summary and government sponsor approval.
    The document is a federal wage determination (No. 2015-4281, Revision No. 34, dated 07/08/2025) issued by the U.S. Department of Labor, Wage and Hour Division. It outlines minimum wage rates and fringe benefits for various occupations under the Service Contract Act in the District of Columbia, specific Maryland counties (Charles, Prince George's), and Virginia counties (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford). The determination specifies applicable minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award/renewal dates, with annual adjustments. It details health and welfare benefits, vacation accrual, and eleven paid holidays. Special provisions include exemptions for bona fide computer professionals, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (8% or 4%) for work with ordnance, and uniform allowances. The document also describes the conformance process for unlisted job classifications, emphasizing the use of the “Service Contract Act Directory of Occupations” and outlining procedures for contractors to request authorization for additional classifications and wage rates.
    The ADAP FORM 219-704 Subcontracting Plan (Jan 2024) outlines the requirements for contractors to establish and administer a subcontracting program, specifically for the ROOF FALL PROTECTION SYSTEM (RFPS) project at the Pentagon. This plan adheres to the fifteen elements specified in Federal Acquisition Regulation (FAR) 52.219-9(d) and applies to individual, master, and commercial plans. Key aspects include setting percentage goals and corresponding dollar values for subcontracting to various small business concerns (SB, HUBZone SB, SDB, WOSB, VOSB, and SDVOSB) for both basic and option periods of the contract. It also mandates detailing the types of supplies and services to be subcontracted, the methodology for developing goals, and the methods for identifying potential subcontracting sources. The plan requires contractors to describe how indirect costs are handled, identify an administrator for the subcontracting program, and outline efforts to ensure equitable opportunities for small businesses. Furthermore, it details requirements for including FAR Clause 52.219-8 in subcontracts, cooperating in studies and submitting reports via the Electronic Subcontracting Reporting System (eSRS), maintaining comprehensive records, demonstrating good faith efforts, providing explanations for non-compliance, allowing subcontractors to discuss matters with the contracting officer, and ensuring timely payments to small business subcontractors.
    The document, HQ003426RE004, is a Past Performance Data Sheet for a Roof Fall Protection System (RFPS) project at the Pentagon. It is a standardized form for offerors to provide detailed information about their past contract performance. The form requires references to specify contract numbers, dates, values (initial and final), and points of contact for both technical and contracting aspects. It also asks for the location and current status of the work. A key component is a description of the contract work, its relevance to the RFPS solicitation, and an estimated percentage of that relevance. Offerors must also indicate if a Small Business Subcontracting Plan was required and provide a summary of encountered problems and corrective actions. The form strictly prohibits changes to its spatial structure.
    The U.S. Department of Defense (DoD) Washington Headquarters Services (WHS) has issued a Contractor Past Performance Questionnaire (RFP #HQ003426RE004) to evaluate contractor performance for future contract awards. This questionnaire, sensitive under FAR 2.101 and 3.104, requires contractors to complete Section 1 (Contract Data) and forward it with a Client Authorization Letter to an evaluator. Evaluators must review Section 1, complete Sections 2 (Administrative Information) and 3 (Description of Services), and then assess the contractor in Section 4 (Evaluation Factors). Ratings are based on the Contractor Performance Rating System (CPARS) for Quality, Schedule, Cost Control, Business Relations, Management of Key Personnel, Utilization of Small Business, and Customer Satisfaction, each requiring a narrative. Completed questionnaires must be returned via email to bianca.l.betancourt.ctr@mail.mil and Keisha.L.Simmons.civ@mail.mil by the date specified in the Client Authorization Letter. This process ensures WHS can determine the best value for contract awards.
    The 2022 Washington Headquarters Services Building Code (WHSBC), effective February 1, 2022, outlines the regulations for construction, alteration, and maintenance of all WHS-owned properties, excluding Site R. Prepared by the Facility Services Directorate, this edition replaces the 2020 version, incorporating revisions for clarification and to eliminate redundancies with other applicable codes like the Unified Facilities Criteria (UFC) and International Codes. The WHSBC adopts UFC 1-200-01 as its base, supplementing it with WHS-specific requirements to reflect its mission and infrastructure. It details administrative procedures, permit requirements for various activities (e.g., building, fire prevention, hazardous materials, excavations), and the duties of the Building Code Official (BCO) and Authority Having Jurisdiction (AHJ). The document also covers procedures for code waivers, departures, and revisions, ensuring compliance with federal, state, and DoD issuances, with a strong emphasis on health, safety, and security.
    The 2022 Edition of the Washington Headquarters Services Fire Regulations (WHSFRs) outlines minimum fire and life safety requirements for facilities owned, controlled, or leased by Washington Headquarters Services (WHS). These regulations apply to all DoD organizational entities within WHS facilities, excluding the Raven Rock Mountain Complex, and mandate compliance with NFPA 1 and additional WHS-specific rules. Key areas covered include administration, fire prevention permits, references to other codes like NFPA standards, definitions, life safety and means of egress, control of combustibles and hazardous materials, ignition source control, special activities, fire protection systems, and training. The document details requirements for emergency planning, evacuation, fire reporting, and post-fire restoration, along with strict rules for vehicle parking, storage, interior finishes, and the handling of flammable liquids, explosives, and radioactive materials. The Facilities Services Directorate, specifically the Office of the Pentagon Fire Marshal (OPFM), is responsible for enforcing these regulations.
    The “Facility Guide Specs” document outlines the master table of contents for construction and facility management, detailing various divisions from general requirements (Division 01) to electrical (Division 26) and earthwork (Division 31), among others. It serves as a guide for federal government RFPs, grants, and state/local RFPs. The document also provides a comprehensive overview of the “FSD Construction Management General Requirements,” clarifying where key information, such as administration, key personnel, site management, cost-schedule-invoice procedures, quality control, safety, design, construction, commissioning, and closeout requirements, has been relocated within Division 01 specifications or the Statement of Work (SOW). Additionally, it includes a detailed submittal register, specifying required documentation for various construction phases, from preconstruction to closeout, including demolition plans, hazardous waste management, concrete rehabilitation, and electrical systems, ensuring compliance and efficient project execution.
    The ADAP Form 209.506-1 is a Contractor Conflict of Interest Disclosure Form used by contractors in federal, state, and local government procurement processes to identify and disclose actual or potential conflicts of interest. Contractors must complete this form, providing details such as the solicitation or contract number, program supported, and a description of the work. If a conflict exists, the form requires information on the conflicting contract, its value, and a description of the work performed. The form also mandates an Organizational Conflict of Interest Evaluation and Assessment, requiring contractors to describe the conflict and outline planned mitigation strategies. Instructions emphasize specificity, including subcontractors in the analysis, and detail requirements for disclosing personal conflicts of interest among employees, governing body members, and key personnel, covering assets, income, liabilities, and healthcare-related arrangements. A responsible company official must sign and date the form, confirming the company's commitment to addressing OCI issues.
    The document outlines the regulations surrounding 'Controlled Unclassified Information' (CUI) within government operations. It details procedures for safeguarding CUI, emphasizing that it must be protected from unauthorized disclosure, especially when falling under classifications like 'Personally Identifiable Information' (PII). The guidelines cover handling, storage, and dissemination, ensuring that CUI is accessible only to authorized personnel. The document also specifies conditions under which CUI can be disclosed, such as during discussions or meetings, and mandates a standardized marking system for all CUI. It highlights that personally identifiable CUI includes various forms of personal data, from financial and medical records to biometric information, and stresses the importance of protecting individual privacy. Overall, the document serves as a comprehensive guide for federal, state, and local entities on managing and protecting sensitive unclassified government information.
    This government solicitation, HQ003426RE004, is an RFP for Women-Owned Small Businesses (WOSB) to provide Roof Fall Protection Systems (RFPS) services for the Pentagon. The contract, active from March 2026 to September 2031, covers annual inspections, comprehensive repair plans, indefinite-delivery/indefinite-quantity (IDIQ) repairs (up to $100,000 annually), urgent repairs (up to $25,000 annually), and annual certifications for horizontal lifeline and railed trolley systems. Key requirements include adherence to Pentagon regulations, obtaining DoD building passes and Common Access Cards for personnel, compliance with small business subcontracting plans, and maintaining specific insurance coverages. Payment will be processed electronically through Wide Area WorkFlow (WAWF), and contractors must submit bid, performance, and payment bonds for task orders.
    The document outlines a solicitation for proposals related to the acquisition and construction of institutional buildings, specifically focusing on the Pentagon Reservation site visit and associated procedures. Key aspects include mandatory site visits for potential offerors to ensure full understanding of requirements, with strict guidelines for attendance, including limitations on the number of attendees per contractor and the submission of attendee names and identification information in advance. All questions must be submitted in writing after the site visit, and no verbal inquiries will be entertained. The closing date for questions has been extended to January 7, 2024, at 3:00 PM EST, and the response date for proposals is January 8, 2024, at 3:00 PM EST. The document also details general instructions for proposal submission, emphasizing unconditional acceptance of solicitation terms and conditions. Additionally, it references various clauses and provisions related to commercial and government entities, contractor responsibility, and protest procedures.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Roofing Repair, and Replacement Follow-on (R3F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Roofing Repair and Replacement Follow-On (R3F) project, which involves commercial roof replacement, repair, and inspection services at various installations across the Continental United States and Alaska. The procurement aims to address a range of roofing needs, including low-slope, steep slope, and metal roofs, while also encompassing associated components such as thermal insulation and drainage systems, with incidental construction activities allowed under certain conditions. This opportunity is significant for maintaining the integrity of military facilities and ensuring compliance with safety and regulatory standards. The contract, valued at up to $450 million, is a 100% Small Business Set-Aside with an 8(a) reserve for projects under $250,000, and the formal solicitation is expected to be posted on SAM.gov around January 17, 2026, with proposals due by February 14, 2026. Interested parties can contact Neil E. Amrstrong at neil.armstrong.1@us.af.mil or Tier Blanco at tier.blanco@us.af.mil for further information.
    Roof Requirement 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Sources Sought announcement regarding the "Roof Requirement 2026" project at Fort Leavenworth, Kansas. The objective is to identify potential sources capable of providing roofing repair and replacement services for various buildings on the installation, which includes both historic and non-historic structures. The work encompasses the removal and disposal of existing roofing systems, installation of new roofing, and associated repairs to gutters, fascia, and other elements, adhering to strict regulatory standards. Interested parties should submit their qualifications and relevant experience to Felipe D. Zaragoza at usarmy.leavenworth.acc-micc.mbx.construction@army.mil, with an estimated contract value between $5 million and $10 million for a base year plus two option years.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    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.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY MAINTENANCE CONSTRUCTION CONTRACT FOR ROOFING PRIMARILY FOR GOVERNMENT INSTALLATIONS AT PUBLIC WORKS DEPARTMENT PENNSYLVANIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) maintenance construction contract focused on roofing services primarily for government installations in Pennsylvania. The contract encompasses roof repair, replacement, and various maintenance tasks at three key sites: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for ensuring the integrity and safety of government facilities, addressing issues such as deteriorating roofing systems and compliance with safety regulations. Interested small businesses must submit their bids electronically via the PIEE Solicitation Module by February 10, 2026, with a bid guarantee required and performance/payment bonds for task orders exceeding $150,000. For further inquiries, contact Brittany Cristelli at brittany.cristelli@navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Inspection, Testing and Maintenance and Repair (ITM/R) on Fire Protection (Suppression) and Detection Systems
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Inspection, Testing, Maintenance, and Repair (ITM/R) services for fire protection (suppression) and detection systems at the United States Military Academy in West Point, NY, and the Stewart Army Sub-post in New Windsor, NY. The contractor will be responsible for ensuring compliance with the manufacturer's recommendations and Unified Facilities Criteria, as well as providing remote offsite monitoring and emergency services available 24/7. This procurement is critical for maintaining the safety and operational readiness of fire protection systems, which include various types of alarms and suppression systems, and requires personnel with specific certifications, including NICET level 3. Interested parties must submit their capabilities and interest to Mr. Kelly Kotlik at kelly.p.kotlik2.civ@army.mil by 0900 hrs. EDT on December 29, 2025, as this notice is solely for information and planning purposes and does not constitute a formal solicitation.
    Glazier Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.