ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Repair MAF Roofs

DEPT OF DEFENSE FA462626R0002
Response Deadline
Feb 5, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of roofs at six Missile Alert Facilities (MAFs) located at Malmstrom Air Force Base in Montana. The project involves the demolition of existing roofing systems, including asphalt shingles and associated components, followed by the installation of new roofing systems, soffits, fascias, gutters, and downspouts. This procurement is crucial for maintaining the structural integrity and operational readiness of the facilities, with an estimated contract value between $500,000 and $1,000,000, and a small business size standard of $19,000,000. Interested contractors must submit their proposals electronically by February 5, 2026, and are encouraged to attend a site visit scheduled for January 7, 2026. For further inquiries, contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.

Classification Codes

NAICS Code
238160
Roofing Contractors
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

26 Files
Solicitation - FA462626R0002.pdf
PDF1671 KBJan 29, 2026
AI Summary
This government solicitation, FA462626R0002, is a Request for Proposal (RFP) issued by the FA4626 341 CONS LGC at Malmstrom AFB, MT, for the "Repair MAF Roofs" project. The work involves demolishing existing roofing systems and installing new asphalt shingle roofs on six Missile Alert Facilities (MAFs). The project's NAICS code is 238160, with a small business size standard of $19,000,000.00, and an estimated magnitude between $500,000.00 and $1,000,000.00. A site visit is scheduled for January 7, 2026, and offers are due by January 20, 2026, at 2:00 PM local time. The contract requires performance to begin within 10 calendar days of receiving notice to proceed and to be completed within 126 calendar days. Liquidated damages for delays are set at $1,051.77 per calendar day. Special clauses include requirements for electronic invoicing via Wide Area WorkFlow (WAWF), Buy American provisions for construction materials, and limitations on subcontracting for small businesses, specifically a general construction limitation of 85% for subcontractors that are not similarly situated entities.
7_Past Performance Reference Sheet.pdf
PDF206 KBJan 29, 2026
AI Summary
Attachment 7, titled “Controlled Unclassified Information (CUI),” is a Past Performance Reference Sheet for solicitation FA4626-26-R-0002. This document is crucial for offerors to provide up to five recent (completed or ongoing within five years) and relevant (identical scope to solicitation, valued at $350,000 or more) past performance references. These references are for verifying an offeror's ability to perform on the proposed effort and must be submitted by January 20, 2026, at 2:00 p.m. MST. The sheet details required information for each reference, including contract number, dates, dollar value, customer contact, competitive award status, contractor’s role, and a description of work performed. Additionally, it outlines a performance rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) and includes sample questions for evaluating various aspects of a contractor’s performance, such as management, quality control, problem-solving, adherence to schedules, responsiveness, and overall performance.
8_CEAL.xlsx
Excel77 KBJan 29, 2026
AI Summary
The
9_MAF Roof Pictures.pdf
PDF3751 KBJan 29, 2026
AI Summary
The document, containing only the words "VO" and "E DAIKIN," appears to be an extremely brief excerpt or fragment. Without additional context or content, it is impossible to determine its main topic, purpose, or connection to government RFPs, federal grants, or state/local RFPs. The word "DAIKIN" suggests a potential link to Daikin Industries, a global manufacturer of air conditioning systems, but this remains speculative given the limited information. Therefore, a meaningful summary cannot be generated from this file alone.
1_Specifications.pdf
PDF416 KBJan 23, 2026
AI Summary
The "REPAIR MAF ROOFS" (FA4626-26-R-0002) project at Malmstrom Air Force Base involves demolishing existing roofs and installing new asphalt shingle systems on six Missile Alert Facilities (MAFs). The contractor is responsible for providing all necessary labor, equipment, and materials. Key requirements include adherence to a strict performance period of 21 calendar days per site, with a total of 126 days, and compliance with comprehensive safety, security, and environmental regulations. The project mandates a Quality Control Plan, submission of various documents, and strict site entry/exit procedures, including background checks for all personnel. Environmental protection measures cover air quality, storm water management, waste disposal, and hazardous materials. The contractor must coordinate closely with government officials, obtain all necessary permits, and ensure minimal disruption to Air Force operations.
2_Submittal Schedule.pdf
PDF265 KBJan 29, 2026
AI Summary
The document, Attachment 2 for Solicitation/Contract No. FA4626-26-R-0002, outlines the
5_WD MT20250040 (12Dec25).pdf
PDF279 KBJan 15, 2026
AI Summary
The document details various federal, state, and local government procurement and grant opportunities. It outlines requirements for proposals, including technical specifications and administrative procedures, across several departments and programs. Key areas include infrastructure upgrades, environmental assessments, and general operational support, with a strong emphasis on compliance, safety, and detailed project planning. The document also specifies different types of funding mechanisms and reporting standards. This compilation serves as a comprehensive guide for entities seeking to engage with government contracts and grants, emphasizing the need for thorough adherence to guidelines and clear communication throughout the application and execution processes.
5_WD MT20250058 (12Dec25).pdf
PDF306 KBJan 15, 2026
AI Summary
This government file outlines a series of projects focused on infrastructure upgrades and hazardous material assessments within federal facilities. The document details specific tasks such as enhancing mechanical, plumbing, and fire suppression systems to meet current standards and regulations. It also covers surveys for hazardous materials like asbestos, lead-based paint, and microbial growth, emphasizing the need for proper abatement and remediation. The overarching purpose is to modernize facilities, ensure safety, and maintain compliance with environmental and construction guidelines. The file appears to be a compilation of various work orders or project descriptions, each contributing to the broader goal of maintaining and improving government infrastructure.
5_WD MT20250062 (12Dec25).pdf
PDF290 KBJan 15, 2026
AI Summary
The document appears to be a highly obfuscated or corrupted government file, possibly related to federal RFPs, grants, or state/local RFPs. Due to the extensive use of unreadable characters, symbols, and seemingly random alphanumeric sequences, it is impossible to extract any coherent main topic, key ideas, or supporting details. The structure is fragmented and lacks discernible language patterns, making summarization infeasible. Without clear, decipherable content, any attempt to summarize would be speculative and inaccurate. Therefore, a meaningful summary cannot be provided from the given text.
6_Sections L and M.pdf
PDF205 KBJan 15, 2026
AI Summary
This document outlines the instructions and evaluation criteria for proposals submitted in response to RFP FA4626-26-R-0002 for the repair of MAF roofs. Offerors must submit proposals in two sections: Past Performance (Section I) and Price/Required Documentation (Section II), both in paper and on a CD. Key submission requirements include specific formatting, page limits, and contact information for inquiries (due by January 13, 2026). Proposals are due by January 20, 2026. The evaluation prioritizes past performance over price, assessing recent (within 5 years) and relevant (similar scope, value ≥ $350,000) projects. The government may award without discussions, emphasizing the importance of comprehensive initial submissions.
Solicitation Amendment FA462626R00020002 SF 30.pdf
PDF1355 KBJan 29, 2026
AI Summary
This amendment to Solicitation Number FA462626R0002 for "Repair MAF Roofs" significantly modifies the original Request for Proposal. Key changes include revisions to Attachment 1_Specifications and Attachment 6_Sections L and M based on Request for Information (RFI) responses, and the addition of soffit drawings (Attachment 10) and RFI responses (Attachment 11). Crucially, the Period of Performance for all line items (0001-0006) has been extended by 42 calendar days, from 126 to 168 calendar days, effective from the date of Notice to Proceed Receipt to completion of performance. All other terms and conditions of the solicitation remain unchanged. The amendment was issued by FA4626 341 CONS LGC at Malmstrom AFB, MT, with a critical acknowledgment required from offerors to avoid rejection of their proposals.
Solicitation Amendment - FA462626R00020002.pdf
PDF1673 KBJan 29, 2026
AI Summary
This government solicitation, FA462626R00020002, is for the repair of six Missile Alert Facility (MAF) roofs at Malmstrom AFB, MT. The project, estimated between $500,000 and $1,000,000, falls under NAICS code 238160 (Roofing Contractors) with a small business size standard of $19,000,000.00. The work involves demolishing existing roofing systems, including asphalt shingles, gutters, and soffits, and installing new shingle systems, soffits, fascias, gutters, and downspouts. A site visit is scheduled for January 7, 2026, at 1:00 PM MST. Offers are due by February 5, 2026, at 2:00 PM local time and must be open for government acceptance for 90 days. The project has a performance period of 168 calendar days after receiving notice to proceed, with liquidated damages of $1,051.77 per calendar day for delays. The solicitation is a total small business set-aside and includes detailed instructions for electronic payment submissions via Wide Area WorkFlow (WAWF) using an Invoice 2-in-1 document type. It also incorporates various FAR and DFARS clauses, including those related to Buy American provisions, limitations on subcontracting, and post-award small business program rerepresentation.
Solicitation Amendment FA462626R00020001 SF 30.pdf
PDF1352 KBJan 29, 2026
AI Summary
This amendment to Solicitation FA462626R0002 revises and extends key aspects of the original Request for Proposal (RFP). The primary purpose is to update critical attachments, specifically Attachment 5 (Wage Determinations) with new versions effective January 1, 2026, and Attachment 6 (Sections L and M). Additionally, a new Attachment 9, "MAF Roof Pictures," has been added. Most notably, the proposal due date has been extended from January 20, 2026, to February 5, 2026. This modification ensures that all potential offerors have access to the latest information and sufficient time to submit their proposals, maintaining the integrity and compliance of the solicitation process.
Solicitation Amendment - FA462626R00020001.pdf
PDF1672 KBJan 23, 2026
AI Summary
The solicitation FA462626R00020001 is a Request for Proposal (RFP) issued by the US Air Force for the repair of Missile Alert Facility (MAF) roofs at Malmstrom AFB, MT. The project involves demolishing existing roofing systems and installing new asphalt shingle systems on six MAFs. The NAICS code is 238160, with a small business size standard of $19,000,000.00, and the estimated magnitude is between $500,000.00 and $1,000,000.00. The solicitation is a 100% total small business set-aside. A mandatory site visit is scheduled for January 7, 2026, and offers are due by February 5, 2026. Performance is required to commence within 10 calendar days of receiving a notice to proceed and be completed within 126 calendar days. Liquidated damages for delay are $1,051.77 per calendar day. The contract incorporates various FAR and DFARS clauses, including those for Buy American, Limitations on Subcontracting, and electronic invoicing via Wide Area WorkFlow (WAWF).
1_Specifications Revised (23Jan26).pdf
PDF432 KBJan 29, 2026
AI Summary
The document outlines the technical specifications for the FA4626-26-R-0002 project to repair and replace roofs at six Missile Alert Facilities (MAFs) at Malmstrom Air Force Base. The scope includes demolition of existing roofing systems and installation of new asphalt shingle roofs, soffit, fascia, gutters, and downspouts. The project emphasizes strict adherence to safety, quality control, and environmental protection standards, including waste management, storm water prevention, and hazardous material handling. Key requirements cover site security, personnel background checks, and restricted access to MAFs. The contractor must submit detailed plans for quality control, safety, and work schedules, coordinating closely with government officials. The project has a performance period of 28 calendar days per site, totaling 168 calendar days, with a planned winter suspension. All work must comply with federal, state, and local regulations.
3_Schedule of Drawings.pdf
PDF123 KBJan 29, 2026
AI Summary
The document,
4_Project Drawings.pdf
PDF1061 KBJan 29, 2026
AI Summary
The document outlines a project for repairing roofs at Malmstrom Air Force Base's Missile Alert Facilities (MAFs) in September 2025, identified as NZAS 25-6002. The project involves comprehensive roof renovations across multiple locations (C-01, F-01, H-01, I-01, J-01, L-01). Key tasks include installing new flashing, boots, self-adhering ice and water shield underlayment, and asphalt shingle roof systems. The scope also covers replacing existing dormers, soffits, fascias, gutters, and downspouts, matching existing colors. Field verification of sizes and locations is required for all penetrations, and all work must adhere to manufacturer specifications. The project also entails modifying existing ridges to install new ridge vent systems and ensuring daily cleanup of debris from the work area.
5_WD MT20250062 (6Jan26).pdf
PDF1973 KBJan 29, 2026
AI Summary
The SAM.gov General Decision Number: MT20260062 provides prevailing wage rates and fringe benefits for building construction projects in Cascade County, Montana, effective January 2, 2026. This supersedes MT20250062 and excludes single-family homes or apartments up to four stories. The document details hourly rates and fringes for various trades, including Heat and Frost Insulators, Boilermakers, Bricklayers, Carpenters, Electricians, and Elevator Mechanics. It also outlines specific zone definitions for various crafts, such as Carpenters, Power Equipment Operators, and Laborers, which determine additional hourly rates based on distance from designated county courthouses. Furthermore, the decision references Executive Order (EO) 13706 for paid sick leave and EO 13658 for minimum wage requirements for federal contractors. It also provides guidance on adding unlisted classifications and clarifies identifiers for union, union average, survey, and state-adopted wage rates. The document concludes with the appeal process for wage determinations.
5_WD MT20260040 (6Jan26).pdf
PDF1855 KBJan 29, 2026
AI Summary
This SAM.gov General Decision Number MT20260040 provides prevailing wage rates for building construction projects in Lewis and Clark County, Montana, effective January 2, 2026. It supersedes MT20250040 and outlines specific hourly rates and fringes for various trades, including insulators, boilermakers, electricians, elevator mechanics, ironworkers, and laborers, among others. The document also defines travel zones for laborers, impacting their compensation. Key federal regulations like Executive Order (EO) 13706, regarding paid sick leave for federal contractors, and EO 13658, concerning minimum wage for federal contractors, are referenced, detailing contractor obligations and worker protections. The document explains union, union average, survey, and state-adopted rate identifiers, clarifying how wage rates are determined and updated. It concludes with a comprehensive appeals process for interested parties disputing wage determinations.
5_WD MT20260058 (6Jan26).pdf
PDF1956 KBJan 29, 2026
AI Summary
This SAM.gov General Decision Number MT20260058 outlines prevailing wage rates for building construction projects in several Montana counties, including Chouteau, Judith Basin, Liberty, Musselshell, Sweet Grass, Teton, Toole, and Wheatland. It specifies wage and fringe benefit rates for various trades like insulators, boilermakers, bricklayers, electricians, power equipment operators, ironworkers, pipefitters, sprinkler fitters, and sheet metal workers, along with general construction laborers. The document also includes zone definitions for power equipment operators, based on mileage from major Montana cities. Furthermore, it details compliance requirements for Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Contractors), and provides procedures for appealing wage determinations through the Wage and Hour Division and the Administrative Review Board.
6_Sections L and M Revised (23Jan26).pdf
PDF202 KBJan 29, 2026
AI Summary
This document outlines instructions and conditions for offerors responding to RFP FA4626-26-R-0002, Amendment 0002, for 'REPAIR MAF ROOFS.' Proposals must be submitted electronically in two sections: Past Performance (Section I) and Price/Required Documentation (Section II). Key submission details include a deadline of February 5, 2026, at 2:00 PM MST, and specific formatting requirements for page limits, size, and content. Past performance will be evaluated based on recency (within five years) and relevance (projects valued over $350,000 with similar scope). Price proposals must be fair and reasonable. Past performance is considered significantly more important than price in this best-value tradeoff source selection. The government intends to award a firm-fixed-price contract without discussions but reserves the right to conduct them if necessary.
6_Sections L and M Revised (15Jan26).pdf
PDF283 KBJan 23, 2026
AI Summary
This government solicitation, FA4626-26-R-0002 Amendment 0001, outlines instructions for offerors to repair MAF roofs. Proposals must be submitted electronically in two sections: Past Performance (40-page limit) and Price/Required Documentation (unlimited pages), by February 5, 2026, at 2:00 PM MST. Past performance will be evaluated as significantly more important than price. Offerors must provide up to five recent (within five years) and relevant (similar scope, valued at $350,000+) past performance references. The price proposal must include all required forms and adhere to specific formatting for unit and extended prices. Award will be a firm-fixed-price contract based on a best value tradeoff, with an emphasis on past performance and a thorough evaluation of price reasonableness. Contact 2nd Lt Branden Lawson or Mr. Cody Babinecz for clarifications, with questions due by January 13, 2026, at 2:00 PM MST.
10_Repair MAF Roofs Soffit.pdf
PDF77 KBJan 29, 2026
AI Summary
The document, titled "TYPICAL NEW SOFFIT PLAN," is a technical drawing or a plan fragment indicating a scale of 1/8"=1'. This brief excerpt suggests it is part of architectural or construction documentation, likely for a federal, state, or local government Request for Proposal (RFP) related to construction, renovation, or infrastructure projects. The plan focuses specifically on the design or installation of a new soffit, a common architectural element used in buildings. Its inclusion in an RFP would necessitate contractors to understand and implement this specific design detail according to the provided scale and any associated specifications.
11_MAF Roofs Q and A (23Jan26).pdf
PDF104 KBJan 29, 2026
AI Summary
The document addresses questions and answers regarding the FA4626-26-R-0002 solicitation for repairing six Missile Alert Facility (MAF) roofs. Key clarifications include the geographical separation of MAFs from Malmstrom AFB, the requirement for a bid guarantee (bid bond), and the acceptance of electronic proposal submissions via email in PDF format. The solicitation allows for multiple roles (QCM, Superintendent, SSHO) to be filled by one person if qualifications are met. Asbestos and lead-based paint testing were performed, with no exterior contamination found. The document also specifies material thicknesses (SECTION 07 62 00 governs), confirms the need for contractor-provided restroom facilities, and clarifies inspection protocols. Either Class 3 or Class 4 impact-resistant shingles are acceptable, hot-dipped galvanized nails are required, and roof sealant application is mandatory as specified. Other points cover ice and water shield installation, open valleys, soffit and fascia specifications (dark brown/bronze, aluminum), and the absence of a formal Statement of Work. The proposal due date was extended to February 5, 2026, and a 28-day per roof extension for the period of performance is acceptable. Government will handle removal and reinstallation of lights, dish, and antennas. Power will not be available for contractor use.
MAF Roof Site Visit Sign In_07Jan26.pdf
PDF121 KBJan 29, 2026
AI Summary
The document is a sign-in sheet for a meeting concerning the federal government RFP FA4626-26-R-0002, titled "Repair MAF Roofs." It lists attendees from various organizations, including government entities like 341 CONS and 341 CES/CEM, and numerous private construction and roofing companies such as KQC Roofing, Coppere Crack Const, LoupK, MB Rooting, BC SCHMIDT CONST, Peterich Custom Construction, BUGLE RIDGE ROOFING + CONST. INC, Blue Frog Reading, A-1 Contractor's, A-2 Contractors, JTC, and GERANIOS. The presence of multiple contractors indicates a pre-bid conference or a similar informational meeting for potential bidders interested in the roofing repair project. The document serves as an attendance record, confirming participation from a diverse group of stakeholders for this federal government contract opportunity.
11_MAF Roofs QA (28Jan26).pdf
PDF99 KBJan 29, 2026
AI Summary
The document addresses questions and answers regarding the FA4626-26-R-0002 solicitation for repairing roofs at six Missile Alert Facilities (MAFs) geographically separate from Malmstrom AFB, MT. Key requirements include a bid guarantee, electronic proposal submission in PDF format, and flexibility for personnel to fulfill multiple on-site supervision roles. The project involves roof repairs, with specifications for materials like valley metal, gutters, shingles (Class 3 or 4 acceptable), and fasteners (hot-dipped, annular tread nails). Hazardous materials testing for asbestos and lead-based paint has been conducted, with no exterior contamination found. The government will remove and reinstall certain items like area lights, dish antennas, and de-energize electrical services. Power will not be available for contractor use. The proposal due date was extended to February 5, 2026, and the government is open to extending the period of performance to 28 calendar days per roof.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 17, 2025
amendedAmendment #1Jan 8, 2026
amendedAmendment #2· Description UpdatedJan 15, 2026
amendedAmendment #3· Description UpdatedJan 23, 2026
amendedLatest AmendmentJan 29, 2026
deadlineResponse DeadlineFeb 5, 2026
expiryArchive DateFeb 20, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4626 341 CONS LGC

Point of Contact

Name
Branden Lawson

Place of Performance

Malmstrom AFB, Montana, UNITED STATES

Official Sources