DRAFT Fort Cavazos Roofing
ID: W912DY25R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide roofing maintenance and repair services at Fort Cavazos, Texas, under a total small business set-aside contract. The procurement encompasses both preventive and corrective maintenance, requiring contractors to adhere to strict safety, quality, and regulatory standards while managing service orders and documentation effectively. This initiative is crucial for maintaining the integrity and functionality of roofing systems across various military facilities, ensuring operational readiness and compliance with federal guidelines. Interested contractors should contact Lisa Wince at lisa.r.wince@usace.army.mil or Mallory Hayes at Mallory.E.Hayes@usace.army.mil for further details, with proposals due by the specified deadlines.

    Files
    Title
    Posted
    The government file outlines a Performance Work Statement (PWS) for roofing preventive and corrective maintenance services at Fort Cavazos, Texas, intended to ensure the longevity and functionality of various roofing systems across the installation. The contract emphasizes the non-personal nature of the service, requiring the contractor to manage inspection, maintenance, and repair processes without government oversight. Key components include a fully detailed scope of work, requirements for qualified personnel, safety and quality standards, and specific guidelines for maintenance scheduling and reporting. The contractor must provide all necessary materials and manage the logistics of service delivery, including adherence to local, state, and federal laws. A focus on maintaining effective communication, documentation of services, and coordination with other service providers emphasizes the importance of contractor accountability. Additional requirements include safety programs, personnel qualifications, and handling of hazardous materials. This comprehensive approach aims to ensure efficient roofing service management that meets Fort Cavazos' operational needs while prioritizing safety and regulatory compliance.
    The ENG FORM 6282, August 2023, is a designation letter issued by the U.S. Army Corps of Engineers (USACE) for appointing a Site Safety & Health Officer (SSHO) responsible for the implementation of the Safety & Occupational Health (SOH) program by a contractor. This document requires submission as part of the Accident Prevention Plan, along with proof of relevant training, including an OSHA 30-hour card and 24 hours of SOH competency training within the last three years. It includes two sections: the first must be completed by the company's SOH official, detailing project specifics and the SSHO's qualifications. The SSHO must meet specific training and experience requirements outlined in EM 385-1-1, including managing SOH programs on comparable projects. The second section is completed by the SSHO to confirm their designation. This form is crucial for ensuring safety compliance on government projects, facilitating the selection of qualified safety personnel to mitigate risks effectively. The attention to training and certification underlines the federal emphasis on workplace safety standards within contractor operations, aligning with the broader context of federal grants and state/local RFPs focused on public project safety.
    The provided file appears to be malfunctioning, displaying only a message about the inability to view its contents. Without access to the actual content, key ideas and structural information from the document cannot be assessed. Therefore, it is impossible to summarize or analyze any main topics or supporting details related to federal or state/local RFPs and grants. To proceed with a meaningful summary, the document must be accessible in a readable format. Once the content is available, an analysis can be conducted to extract the essential elements and summarize them accordingly.
    The Performance Requirements Summary outlines the critical contract performance expectations for roofing services at Fort Cavazos under fiscal year 2025. It details the government's rights concerning inspection and service quality, stating that deductions will be made for any unsatisfactory performance. Key components include the requirement for providing qualified personnel, timely reporting, maintaining licenses, and ensuring safety training. Each performance objective is assigned specific standards, maximum allowable error rates, and consequences for non-compliance, reinforcing accountability. The contractor must complete preventive and corrective maintenance within specified timeframes and provide accurate documentation for service orders. Compliance is monitored through inspections, with potential invoice deductions tied to performance failures. Failure to meet training requirements also leads to financial penalties, ensuring only qualified personnel undertake tasks. This document emphasizes the government's commitment to service quality and contractor accountability in achieving operational standards and safety compliance in military infrastructure maintenance.
    The document outlines the requirements for roofing services at Fort Cavazos under a federal contract, detailing the contractor’s obligations regarding documentation, management plans, reporting, and meetings. The contractor must develop work instructions for various tasks, including quality control and compliance, and submit a Management Plan within seven days post-award, which must be updated based on government feedback. Regular progress and safety reports are mandated, with the contractor required to provide monthly summaries of work accomplished and safety incidents. The contractor must attend meetings with government representatives, maintaining records of all discussions and actions taken. Deliverables include personnel qualifications, training plans, and quality control documentation, all of which must adhere to specified timelines and protocols for submission. This structure ensures that contractor performance meets government standards while enhancing operational efficiency and safety communications. The overall aim is effective management of roofing services with clear accountability for performance and reporting to the government, ensuring that the contract terms are met efficiently.
    The Resident Management System (RMS) will be employed by the Government for overseeing and managing the Fort Cavazos Roofing Services contract. Both the Government (using Government Mode) and the Contractor (using Contractor Mode) will access a shared database via the web-based RMS to facilitate efficient information exchange and contract administration. The Contractor is responsible for entering crucial data, including contractor and subcontractor information, correspondence, reports, payment requests, quality control measures, and project scheduling into RMS, with specific deadlines for each entry. RMS will not be directly compensated but is essential for monitoring performance and compliance throughout the contract's duration. The Contractor must ensure accurate data entry and timely updates, particularly for quality control and financial activities. Implementation of the RMS is mandatory, and failure to comply will require corrective actions within seven days of notice. The effective use of RMS is integral for the Contractor's management of quality control and overall contract administration, reinforcing accountability and transparency between both parties.
    The document outlines the requirements and regulations for roofing services at Fort Cavazos in the fiscal year 2025. It emphasizes that contractors must familiarize themselves with and comply with all applicable federal, state, and local laws, especially regarding health, safety, and environmental standards. The contractor's operational logs will remain the government's property, ensuring continuity of service and record preservation. A detailed list of mandatory codes, standards, and publications is provided, which includes guidelines from organizations such as ASHRAE, ASME, and the National Fire Protection Association, among others. These resources cover various aspects including HVAC systems, fire protection, and electrical safety. The document also cites regulatory requirements from the Department of Defense, Environmental Protection Agency, and U.S. Army regulations pertinent to construction standards and contractor responsibilities. Overall, this section provides a comprehensive framework that contractors must adhere to, ensuring compliance and safety throughout the roofing project at Fort Cavazos. The document is structured as a reference guide for contractors, detailing the specific codes and regulations necessary for the work to be successfully executed.
    The file details the acronyms and definitions relevant to the Fort Cavazos Roofing Services project for FY25. It serves to inform contractors about essential terms, roles, and procedures necessary for compliance with the project requirements. Key roles include the Contracting Officer (KO), responsible for contract changes, and the Contracting Officer’s Representative (COR), tasked with overseeing the execution of contract services. Important processes are outlined, such as Service Orders for maintenance work and the classification of work priority levels (emergency, urgent, routine). Definitions of critical maintenance terms, like Corrective Maintenance and Preventative Maintenance, establish the expectations for service delivery. The document emphasizes regulatory compliance, quality assurance, and the necessity of precise documentation to facilitate smooth project execution. The structured format officially communicates crucial operational standards within the framework of federal contracting, ensuring all parties are informed and accountable. This foundational understanding is vital for contractors involved in government Request for Proposals (RFPs) and grants related to building maintenance services.
    The document outlines the Service Order Process for Corrective Maintenance (CM) services at Fort Cavazos, detailing how the government authorizes work through Service Orders (SOs). It defines multiple types of SOs: Routine, Urgent, Not to Exceed (NTE), and Emergency, each with specific protocols and response timelines. Routine SOs address standard repairs, while Urgent SOs require faster action due to potential impacts on safety or mission readiness. NTE SOs are applicable when costs are uncertain, and Emergency SOs address critical situations that threaten health or safety. The document mandates that contractors submit detailed SO packages, including signed forms and hazard analyses, ensuring compliance with government standards. The Contractor's responsibilities include cost assessments and monitoring for compliance with stipulated timelines. Invoicing protocols specify required documentation for reimbursement of allowable costs. Approved by the HNC Service Order Contracting Officer (KO), the Contractor may not act on direction from unauthorized officials. The structured process emphasizes efficiency, safety, and compliance with federal regulations, ensuring effective maintenance of government facilities.
    The document is a wage determination issued for building construction projects in Bell County, Texas, under General Decision Number TX20250230. It outlines the minimum wage requirements for various construction trades, referencing the Davis-Bacon Act and federal Executive Orders 14026 and 13658. Workers on contracts initiated or extended after specified dates are subject to these wage rates, with current rates for jobs ranging from boilermakers to laborers indicated. Pay scales include mandatory fringe benefits, and wage rates are categorized based on union, survey, or state adopted identifiers. Importantly, the document outlines the appeals process for disputes regarding wage determinations. In the context of government RFPs and grants, this wage determination ensures compliance with labor laws and equitable pay for construction workers involved in federally funded projects. It underscores the government's commitment to protecting worker rights while managing public construction funds.
    The document presents the General Decision Number TX20250279, pertaining to wage determinations for building construction projects in Coryell and Lampasas Counties, Texas, effective January 3, 2025. It outlines compliance with the Davis-Bacon Act and specifies the applicable minimum wage rates under Executive Orders 14026 and 13658 based on contract start dates. Notably, contracts entered post-January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, stipulate a $13.30 minimum if not extended thereafter. The wage determination details several classifications with respective wage rates and fringe benefits for various construction trades, such as boilermakers, electricians, and laborers. It emphasizes the process for adding unlisted classifications and outlines the appeals procedure for wage determinations. This document underscores federal contractor wage regulations, protecting worker rights, and ensuring fair compensation in federally funded construction projects.
    The document details the wage determination under the Service Contract Act (SCA) from the U.S. Department of Labor, specifically Wage Determination No. 2015-5237, Revision No. 26. It outlines the minimum wage requirements for federal contracts that fall under the SCA in Texas counties of Bell and Coryell. Contracts awarded after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers. For contracts awarded between January 1, 2015, and January 29, 2022, the applicable wage is $13.30 per hour under Executive Order 13658. Additionally, the document lists various occupations and their corresponding hourly rates, alongside mandated fringe benefits such as health and welfare, vacation, and holidays. It emphasizes compliance with the SCA and provides guidelines for contractors regarding sick leave, uniform allowances, and the conformance process for unlisted occupations requiring wage adjustment. This determination plays a crucial role in ensuring fair compensation for service employees in government contracts, emphasizing the protection of labor standards.
    The Fort Cavazos Roofing Maintenance and Services (M&S) project focuses on roof maintenance and repair for multiple facilities. The solicitation references three major components: Management and Reporting (CLIN X001), Preventative/Recurring Maintenance and Services (CLIN X002), and Corrective Maintenance/Service Orders (CLIN X003). Notably, CLIN X003 has an estimated total cost of $2,000,000 across multiple years but should not have a proposed value. The instructions specify how to fill out various operational costs, including labor, equipment, and subcontracting fees, with clear details on allowable markups and reporting requirements. Offerors must detail labor rates, personnel needs, and reporting docs according to specified guidelines in the Performance Work Statement (PWS). This document highlights the federal government’s initiative to solicit bids for roofing services, thereby ensuring compliance with quality and safety standards while addressing the ongoing maintenance of government facilities. The careful structure aims to streamline the bidding process while providing clarity for contractors on contractual obligations and expectations.
    The document outlines a comprehensive inventory of building structures and maintenance requirements within a military installation, focusing on their superstructure and roofing systems. It details various buildings, including the INFO PROCESSING CENTER, OLD POST CHAPEL, and multiple vehicle maintenance shops among others, specifying each structure's condition and classifications under the B10 SUPERSTRUCTURE and B30 ROOFING categories. The listing showcases the extent of required renovations or updates necessary for compliance and operational efficiency. The document serves as a foundational resource for federal and local RFP (Request for Proposal) processes, as it provides essential details relevant for potential contractors and grant applications. By cataloging the types of buildings and the associated maintenance needs, the document aids in strategic planning for funding allocations and project management. It emphasizes the importance of systematic upkeep in military infrastructure to support mission readiness and operational effectiveness, aligning with government practices for resource management and facility maintenance. Ensuring safety, durability, and compliance is paramount, as reflected in the structured presentation of the data.
    The Fort Cavazos Roofing Services technical exhibit outlines the preventive maintenance requirements for roofs on federal property. The document emphasizes the need for regular inspections and maintenance of roofing systems, including overhang covers, gutters, downspouts, and associated components. Contractors are required to develop maintenance checklists that meet or exceed manufacturer’s specifications, ensuring comprehensive evaluations during annual maintenance events. Key tasks include inspecting for water damage, checking physical integrity and drainage systems, and addressing minor repairs on-site, such as caulking and debris removal. Notably, the guidelines stress the importance of marking areas of concern for repair teams and documenting abnormal conditions in maintenance reports. This systematic approach aims to prolong the lifespan of roofing structures while ensuring safety and functionality. Overall, the document serves as a detailed directive for contractors engaged under government RFPs to maintain and enhance government-owned roofing infrastructure effectively.
    The Monthly Progress Report for FY25 B1 Fort Cavazos Roofing Services, submitted by the U.S. Army Corps of Engineers, outlines recent activities, funding status, maintenance overview, and safety protocols related to roofing services at Fort Cavazos. The report details current available funds, service order metrics including the status of submitted and approved service orders, and a summary of preventative maintenance activities alongside completed maintenance visits categorized by frequency. It includes information on safety incidents and training undertaken during this reporting period. Accompanying appendices provide a safety report, before-and-after photographs of maintenance work, and an updated schedule for ongoing construction management tasks. The report serves to keep stakeholders informed on project performance, compliance with safety standards, and highlights key maintenance trends to ensure effective resource allocation and management within the Fort's operations.
    The document outlines the requirements for Service Order Forms related to a federal government contractor's corrective maintenance packages. The contractor must submit three key forms: the Service Order Form, the Sole Source Justification Form, and the Statement of Competition & Price Reasonableness Determination Form. Each form includes specific fields for information such as site details, contract numbers, service scope, costs, and justifications for pricing and competition status. The Service Order Form is mandatory for all service orders and must detail the scope of work and associated costs. For orders exceeding $2,500, the Sole Source Justification Form is necessary when only one vendor is solicited, while the Price Reasonableness Determination Form is needed to confirm the fairness of pricing through competitive bids or industry standards. Overall, the document emphasizes thorough documentation and justification processes to ensure compliance with government procurement regulations. It incorporates standards for justifying sole-source contracts and determining fair pricing, reflecting the government's commitment to transparency and accountability in federal contract management.
    The ENG FORM 3394, issued by the U.S. Army Corps of Engineers (USACE), serves as a comprehensive tool for mishap notification and investigation. It is designed to collect data on injuries, illnesses, and property damage related to incidents involving USACE personnel, families, and contractors. The form emphasizes adherence to various safety regulations, including OSHA requirements, and requires detailed information about the mishap, such as reporting person's details, incident type, individuals involved, and circumstances of the mishap. Key sections include descriptions of the injury or illness type, the mishap's timeline and location, causal factors contributing to the incident, and recommended corrective actions. Records collected through this form are crucial for risk management and safety program evaluations. They may be disclosed to various government agencies for accident prevention efforts while ensuring compliance with the Privacy Act of 1974. This form highlights the USACE's commitment to maintaining a safe working environment by systematically addressing and documenting incidents.
    The document outlines the technical requirements for roofing services at Fort Cavazos for fiscal year 2025. It focuses on preventive maintenance checklists for various types of roofs, emphasizing the contractor's responsibility to adhere to these guidelines for roof inspections and maintenance. Key components include inspecting perimeters, seams, curbs, and drains to ensure proper securement and termination, as well as routine cleanings to remove debris and maintain drainage systems. Specific protocols are provided for PVC and Duro-Last roofs, detailing regular inspections, assessments after severe weather, and the condition of metal flashings and masonry. The document aims to guide contractors in maintaining roofing systems to prevent damages and ensure long-term integrity, thereby reducing costs associated with extensive repairs due to neglect. This request for proposals is part of broader federal initiatives to maintain government facilities, reflecting a commitment to sustainability and structural upkeep within the community. Overall, the focus is on elevating the quality of roofing services through recognized standards and practices in the industry.
    The document outlines the technical requirements for roofing services at Fort Cavazos as part of a federal RFP. It includes several technical exhibits, which detail essential components of the contract. Specifically, Technical Exhibit 1 provides a list of facilities, while Technical Exhibit 2 lays out the preventive maintenance requirements for roofs. Additionally, Technical Exhibit 3 contains a monthly reporting template, whereas Technical Exhibits 4 and 5 include service order forms and an engineer form (3394) respectively. Finally, Technical Exhibit 6 presents checklists for roof preventative maintenance. Collectively, these exhibits ensure that potential contractors have a clear understanding of the maintenance and reporting obligations associated with the roofing contract, thereby facilitating effective project execution and compliance with federal standards.
    The federal solicitation W912DY25R0008 outlines a contract for the US Army Engineering & Support Center focused on Corrective and Demand Maintenance (CM/DM) services. The contract will be executed via service orders under a Cost Line Item Number (CLIN) and will be incrementally funded, allowing for adjustments based on actual service needs. It spans a base period of one year starting from 04 April 2025, with three optional one-year extensions. The contract's obligation is contingent on the availability of appropriated funds. Proposal submissions must adhere to specific formatting and content guidelines, emphasizing a comprehensive Technical Approach, Price and Rates, Past Performance, and Administrative Data. Evaluation criteria prioritize technical capability, pricing, and past performance, with a focus on best value rather than the lowest bid. This solicitation highlights the government's objective to maintain high standards in facility management while ensuring compliance with federal regulations concerning labor standards and insurance requirements. The document reaffirms the importance of contractor accountability and the adherence to Military Occupational Safety and Health Administration (MOSHA) guidelines during all operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Design-Build Maintenance and Repair Army Reserves (MRAR) of Equipment Concentration Site (ECS) at Fort Cavazos, TX
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Design-Build Maintenance and Repair of the Equipment Concentration Site (ECS) at Fort Cavazos, Texas. This procurement aims to enhance the maintenance and repair capabilities of the ECS, which plays a critical role in supporting Army Reserve operations. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5. Interested parties should reach out to Bonny Dylewski at Bonny.C.Dylewski@usace.army.mil for further details regarding the solicitation process.
    Renovate Motorpool Bldg. 4351, Fort Cavazos, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Motorpool Building 4351 located at Fort Cavazos, Texas. The project involves commercial and institutional building construction, specifically focusing on the repair or alteration of maintenance buildings. This renovation is crucial for maintaining operational readiness and ensuring the facility meets current standards. Interested small businesses are encouraged to reach out to Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The contract encompasses maintenance, repair, sustainment, and minor construction tasks aimed at ensuring the watertight integrity of various facilities, with an emphasis on compliance with local policies, safety standards, and industry codes. The anticipated project cost ranges between $10 million and $25 million, with a duration of five years, potentially extendable by six months, and the solicitation is expected to be released by November 2024, with awards projected by July 2025. Interested contractors can reach out to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further information.
    POST-WIDE MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION, OF A WIDE VARIETY OF ROOFING SYSTEMS DIRECTORATE OF PUBLIC WORKS
    Buyer not available
    The Department of Defense, specifically the Army's Directorate of Public Works, is soliciting proposals for a firm-fixed-price contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This opportunity is categorized as an 8(a) set-aside under NAICS Code 238160, with a size standard of $19 million, and is intended to ensure the upkeep and functionality of critical infrastructure. The contract will span a five-year base period with a potential six-month extension, emphasizing the importance of safety compliance, quality control, and relevant past performance in the evaluation process. Interested bidders must submit their proposals by April 7, 2025, and can direct inquiries to Debora Cristina Cardoso Thelen at debora.c.cardosothelen.civ@army.mil or Barbara Cousins at barbara.d.cousins.civ@army.mil.
    Replace Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for the replacement of roofs at the Federal Medical Center Carswell located in Fort Worth, Texas. Contractors are required to provide all necessary materials, labor, and equipment to complete the project within a timeline of 210 calendar days, adhering to federal regulations and safety standards. This project, estimated to cost between $250,000 and $500,000, is designated as a total small business set-aside, emphasizing the government's commitment to utilizing qualified small businesses for federal contracts. Interested bidders must submit their sealed bids by 11:00 AM local time on March 18, 2025, and can contact Patrick Ford at pford@bop.gov for further information.
    TPO Roofing Membrane and Drip Edge
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to supply TPO roofing membranes and drip edges for the McAlester Army Ammunition Plant in Oklahoma. This procurement aims to secure roofing materials that meet specific technical specifications and delivery requirements, with products required to be delivered by April 14, 2025. The solicitation emphasizes compliance with federal acquisition regulations and is set aside for small businesses, highlighting the importance of these materials in maintaining the operational integrity of military facilities. Interested parties must submit their bids by 10:00 AM on March 20, 2025, and direct any inquiries to Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407.
    Repair Roof Base Ops, B847
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a firm-fixed price construction contract to repair the roof of Building 847 at Columbus Air Force Base in Mississippi. The project entails the complete replacement of the roof assembly to eliminate weather-related leaks, including the installation of insulation, gutters, and various roof components, while ensuring minimal disruption to ongoing airfield operations. This initiative underscores the importance of maintaining functional infrastructure within military facilities, with an estimated project cost ranging from $500,000 to $1 million. Interested parties must respond with their qualifications and relevant experience by March 28, 2025, at 1 PM CST, and can direct inquiries to Sang Park at sang.park.6@us.af.mil or Willie Common at 14cons.pka.construction@us.af.mil.
    Construct Central Energy Plant
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking industry capabilities for the construction of a Central Energy Plant (CEP) at Fort Cavazos, Texas. This project aims to replace existing air-cooled chillers with a centralized system that will serve 24 buildings, involving the construction of facilities for chillers, cooling towers, energy monitoring systems, and necessary utilities and site improvements. The estimated contract value ranges from $25 million to $100 million, with a project duration of 365 days, and the solicitation is anticipated around October 2025, with proposals due by April 2026. Interested firms, particularly small businesses including HUB-Zones, SDVOSBs, and Women-Owned businesses, must respond with their qualifications by March 19, 2025, and are required to register in the System for Award Management (SAM) to participate.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Medical Center in Texas. This project, set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and drainage solutions. The initiative is crucial for maintaining the facility's operational integrity and safety, ensuring compliance with federal contracting regulations while supporting veteran-owned businesses. Interested bidders should note that the estimated construction cost ranges between $500,000 and $1,000,000, with a bid opening scheduled for March 26, 2025. For further inquiries, contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    REPAIR CARSWELL ROAD PHASE 3
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of Carswell Road at Joint Base San Antonio-Lackland in Texas. This project involves full-depth repairs in areas with exposed base material, curb and gutter replacements, drainage improvements, and other related work, with an estimated contract value between $1 million and $5 million. The solicitation is set aside for small businesses and is expected to be released around April 30, 2025, with bids due by May 30, 2025. Interested contractors should contact Laurenkallen Harper at laurenkallen.harper.1@us.af.mil for further details and must be capable of securing bonding for the proposed amount.