Building 2416 Roof Replacement
ID: W911SG25BA042Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for the roof replacement of Building 2416 at Fort Bliss, Texas, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves the installation of a new 72 mil TPO roofing system, with an estimated construction magnitude between $1,000,000 and $5,000,000, and requires compliance with various federal, state, and local regulations, including environmental protections for asbestos and lead-based paint. Bids must be submitted in hard copy by September 4, 2025, at 09:30 AM MDT, following a pre-bid conference on August 14, 2025, and must include a bid guarantee, performance, and payment bonds. For further inquiries, interested parties can contact Jakeb James at jakeb.i.james.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@mail.mil.

    Files
    Title
    Posted
    ENCON International, Inc. submitted an Asbestos & Lead Survey Report for Fort Bliss Building #2416 on June 5, 2008. The survey, conducted on June 23, 2008, aimed to assess the presence of asbestos and lead-based paint prior to demolition or renovation activities, in compliance with NESHAP 40 CFR Part 61, Subpart M, and Texas Asbestos Health Protection Rules. The visual inspection and analysis of 138 samples revealed no asbestos-containing materials. However, 22 out of 111 XRF readings indicated lead levels at or above the 0.3 mg/cm² limit. The report concludes that no further asbestos assessment is needed unless suspect materials are found during future activities. This report is crucial for ensuring safety and regulatory compliance during the upcoming renovation of the 38,527 square foot military personnel housing building.
    R & A Consultants, Corp. conducted a partial asbestos and lead-based paint inspection at Building 2416, Fort Bliss, Texas, specifically in rooms 208, 209, 211, and the 2nd-floor hallway. This survey, performed on October 2, 2006, aimed to identify hazardous materials prior to planned renovations, complying with EPA and Texas regulations. Suspect materials like wall paper, floor tiles, mastic, sheetrock, and joint compound were sampled for asbestos, while a Niton 701A XRF analyzer was used for lead paint detection. The analysis revealed no asbestos-containing materials (exceeding 1%) and no detectable lead paint in the inspected areas, thus ensuring compliance and safety for the upcoming renovation project.
    This document addresses questions regarding Buildings 2413 and 2416, likely in the context of a government RFP or project. Key points clarified include that coring samples are not permitted, and as-built drawings are unavailable from DPW. Importantly, both buildings share identical specifications, and the roofing for both must be TPO (Thermoplastic Polyolefin) of at least 72 mil thickness.
    This Invitation for Bids (IFB) W911SG-25-B-A042, issued by MICC-Fort Bliss, seeks bids for the Building 2416 Roof Replacement project at Fort Bliss, TX. This is a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a NAICS code of 238160 and a small business size standard of $19 million. The estimated construction magnitude is between $1,000,000 and $5,000,000. Bids are due by 09:30 AM MDT on September 4, 2025, and must be submitted as one hard copy volume. A bid guarantee is required, and performance and payment bonds are mandatory. A pre-bid conference and site visit are scheduled for August 14, 2025, at 9:00 AM MDT. All questions must be submitted in writing via email by August 21, 2025, 10:00 AM MDT. The contract will be a Firm-Fixed-Price (FFP) and requires the awardee to provide a superintendent on-site. The solicitation incorporates various FAR and DFARS clauses, including specific requirements for bid content, bidder qualifications, and System for Award Management (SAM) registration. Wage determinations for El Paso County, Texas, construction projects are provided, noting minimum wage rates and fringe benefits for various labor classifications.
    The document is an Invitation for Bids (IFB) for the Building 2416 Roof Replacement project at Fort Bliss, TX, designated as a competitive set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The project involves repairing/replacing the roof of Building 2416 with TPO of at least 72 mil thickness. The estimated construction magnitude is between $1,000,000 and $5,000,000. Bids are due by September 4, 2025, at 09:30 AM MDT, with a mandatory bid guarantee and performance and payment bonds required. A pre-bid conference and site visit are scheduled for August 14, 2025. All communications and bid submissions must adhere to strict procedures, including specific content for hard copy submissions. The contract will be Firm-Fixed Price (FFP), and the awardee must provide a superintendent. Wage rates are governed by Wage Determination TX20250245 for El Paso County.
    This government file details an amendment for Solicitation Number W911SG-25-B-A042, "Building 2416 Roof and Room Repairs," issued by MICC-FT BLISS. The amendment incorporates RFI questions and answers, adds/removes specific clauses (e.g., 52.225-25, 52.232-39, 52.232-40, 52.233-4, 52.244-6 added; 52.236-28 removed), and updates hyperlinks. Key changes include updated attachments for the Statement of Work and the addition of Asbestos and Lead Surveys and RFI responses. The project involves replacing the roof of Building 2416 with a 72 mil TPO system, solar panel removal, and gutter replacement. It is a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses. Bids are due by September 2, 2025, with a pre-bid conference on August 14, 2025. Contractors must adhere to strict submission guidelines, including hard-copy bids and specific document requirements (e.g., SF 1442, bid bond, subcontractor list, digitally signed drawings). The document also outlines comprehensive requirements for key personnel (Project Manager, Superintendent, SSHO/QCM), environmental compliance (asbestos, lead-based paint, waste management), and safety protocols, emphasizing adherence to federal, state, and local regulations.
    This government Statement of Work (SOW) outlines the requirements for a roof replacement project at Building 2416, Fort Bliss, Texas. The project involves removing the existing roofing system and installing a new 72 mil TPO roofing system with R-38 insulation and 5/8-inch glass-mat roof board, adhering to a 30-year warranty for 120 mph wind speeds. Crucially, existing solar panels must be carefully removed and handed over to the Department of Public Works (DPW) for storage. The SOW emphasizes compliance with Unified Facilities Criteria (UFC), International Code Council (ICC), NFPA 101, and Architectural Barriers Act (ABA) codes, along with all local, state, and federal regulations. The contractor is responsible for providing all labor, materials, and services, ensuring work is completed safely and on schedule within 120 calendar days of the Notice to Proceed. Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM), are required to have specific experience and certifications. The document also details comprehensive requirements for environmental protection, including handling of asbestos and lead-based paint, waste management, and adherence to noise control regulations. Safety protocols, such as an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), are mandatory, along with strict quality control measures to ensure compliance with project specifications.
    The Statement of Work (SOW) for the Roof Replacement project at Fort Bliss, Texas, outlines the requirements for replacing the existing roof of Building 2416 with a new 72 mil TPO roofing system, including insulation and necessary structural adjustments. The project emphasizes compliance with Unified Facilities Criteria and mandates the removal and safe storage of existing solar panels. It specifies a performance period of 120 calendar days upon issuance of the Notice to Proceed and indicates that the building will remain occupied during construction. Key elements include comprehensive safety and environmental guidelines, adherence to local, state, and federal regulations, and management strategies for hazardous materials like asbestos and lead. The document details expected contractor responsibilities, including providing qualified personnel, maintaining a clean job site, and ensuring quality control throughout the project. Furthermore, safety measures and quality oversight are integral components, focusing on the prevention of accidents and assurance of compliance with the construction design. This SOW serves as a crucial framework guiding contractors on requirements and expectations while ensuring regulatory adherence, safety protocols, and environmental considerations essential for government projects.
    This document outlines the Invitation for Bids (IFB) W911SG-25-B-A042 for the repair/replacement of the roof at Building 2413 on Pershing Rd, Fort Bliss, TX. This solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a Firm Fixed Price (FFP) contract awarded based on price. A non-mandatory pre-bid conference and site visit are scheduled for August 14, 2025, at 9:00 AM MDT, with attendance limited to two representatives per company. All questions must be submitted in writing via email by August 21, 2025, 10:00 AM MDT. Bids must be submitted in hard copy only by September 4, 2025, 09:30 AM MDT, at Building 111, Room 220, Fort Bliss, TX. Electronic submissions are not authorized. Bidders must be registered in the System for Award Management (SAM) database and provide specific documentation in their bids, including a cover sheet, SF 1442, pricing, bonding company letter, bid bond guarantee, subcontractor list, representations and certifications, and digitally signed drawings. Failure to provide required documentation will result in a non-responsive bid.
    The General Decision Number TX20250245 outlines prevailing wage rates for building construction projects in El Paso County, Texas, effective June 13, 2025. This document, relevant for federal government RFPs and grants, details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered contracts, specifying different rates based on contract award dates and renewals. It also lists specific wage and fringe benefit rates for various trades, including boilermakers, electricians, plumbers, and laborers, along with details on how to interpret union and survey rate identifiers. The document also provides information on the appeals process for wage determinations and outlines requirements for paid sick leave for federal contractors under Executive Order 13706.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Paving IDIQ at Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.