FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
ID: FA4625 Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails the comprehensive replacement of approximately 27,882 square feet of roofing across six buildings, including the removal of existing roofing materials and structural components, while adhering to strict compliance with federal regulations regarding safety and environmental standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, at 12:00 PM, and are encouraged to contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil for further inquiries.

Files
Title
Posted
The Whiteman Air Force Base's Project 1148979 outlines the scope of work to repair the roofs of six Temporary Lodging Facilities (TLFs) due to their deteriorated condition. The buildings, constructed in 1959 and the mid-1990s, require comprehensive roof replacements of approximately 27,882 square feet, including the removal of existing roofing down to the rafters and the replacement of structural components such as sheathing, fascia, and soffits. The project will involve asbestos identification and disposal per state and federal regulations. The contractor is expected to follow strict guidelines set forth in various Unified Facility Criteria (UFC) and Unified Facilities Guide Specifications (UFGS), ensuring compliance with building codes and environmental safety standards. Submittal requirements include detailed documentation on materials and asbestos management. Warranties for both the roofing materials and workmanship are stipulated, highlighting a commitment to quality and reliability. This project is fundamental for maintaining suitable housing for military families during transition periods, ensuring operational readiness at Whiteman AFB.
The Whiteman Air Force Base (WAFB) Statement of Work outlines the roof repair project for six temporary lodging facilities (TLFs) to replace aging and deteriorating roofing systems. The project, designated as Project 1148979, aims to enhance accommodations for military personnel and families during relocation periods by removing and replacing approximately 27,882 square feet of roofing. Key buildings include B3001, B3003, B3201, B3203, B3205, and B3206, many of which date back to the late 1950s and require extensive repairs due to deteriorating materials. The scope of work includes asbestos testing, removal, and proper disposal as stipulated by federal and state regulations, along with complete roofing system replacements that involve sheathing, fascia, and soffit updates. Adherence to specific standards and codes, such as UFC and UFGS, is mandated, ensuring compliance with high-performance building requirements. The contractor must also provide warranties for both materials and workmanship, ensuring long-term quality and service. Overall, the project reflects the commitment of the Air Force to maintain operational readiness and support for military families through adequate facilities.
Apr 4, 2025, 9:04 PM UTC
The document FA462525R0004 contains a series of questions and answers regarding a government contract for work on carports. Notably, it confirms the absence of an asbestos report; contractors are responsible for conducting asbestos testing on the carports and documenting results. The opportunity is not set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The government indicated that only the rafters of the carports for buildings B3001 and B3003 require replacement, in accordance with their understanding. When addressing ventilation options, the response requests replacement of attic vents with similar models rather than ridge vents, which are noted to enhance airflow and roof longevity. Lastly, there are no design drawings or specifications available for the project, with all requirements detailed in the statement of work. This document serves to clarify expectations and requirements for potential contractors involved in the project within the context of federal contracting processes.
Apr 4, 2025, 9:04 PM UTC
The document outlines a solicitation for bids (RFP) for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base, MO. The construction project, under solicitation number FA462525R0004, has an estimated magnitude between $250,000 and $500,000 and requires completion within 60 calendar days after the notice to proceed. It specifies performance and payment bond requirements and mandates the submission of sealed bids by April 25, 2025, at 12:00 PM. The document also details the project scope, which involves replacing the non-functional roofing on TLFs used for accommodating military personnel and their families. Additionally, it includes particulars regarding proposal preparation, site visits, and special contract requirements, emphasizing the importance of adherence to deadlines and contract terms. Notably, bidders must be registered in the System for Award Management (SAM) and may be asked to provide evidence of their capability prior to contract award. The government intends to award the contract based on the lowest priced responsive offer that meets all specifications. This solicitation demonstrates the government's commitment to maintaining adequate facilities for military personnel while ensuring regulatory compliance and competitive bidding processes.
Apr 4, 2025, 9:04 PM UTC
This document is an amendment to a solicitation, specifically addressing the Invitation for Bids (IFB) for the Whiteman Air Force Base TLF Roof Replacement project (FA462525R0004). It serves to inform potential bidders about changes including revised site visit instructions, incorporation of updated Statements of Work (SOW), and relevant questions and answers dated April 4, 2025. The proposal process is outlined, requiring bidders to submit bids electronically by April 25, 2025, with a site visit scheduled for April 7, 2025. Offerors must adhere to specific proposal preparation guidelines and deadlines, including registration in the System for Award Management (SAM) to be eligible for award. The amendment clarifies that all terms and conditions remain intact except where explicitly noted. Key federal holidays during which work cannot occur are also listed. This amendment emphasizes the ongoing commitment of the government to ensure clarity and fairness in the bidding process while encouraging competitive proposals from capable contractors.
This document outlines special clauses for government construction contracts, specifically emphasizing the requirements for disclosure of project magnitude, display of fraud hotline posters, liquidated damages for delays, and equal opportunity for workers with disabilities. It states that project magnitude must be presented within specified price ranges without revealing the estimated costs. Contractors are obligated to display fraud hotline posters at work sites and on company websites unless they have an adequate business ethics program in place. Furthermore, liquidated damages are imposed at a rate for delayed work completion. Contractors must comply with equal opportunity regulations for individuals with disabilities and are required to include these clauses in subcontracts above a certain monetary threshold. Additionally, there are provisions under the Buy American Act that favor the use of domestic construction materials unless exceptions are justified. The document serves to guide contractors in adhering to federal regulations while ensuring compliance with ethical standards, promoting fair labor practices, and encouraging the use of American materials in federal projects. Its structure details specific clauses, each addressing essential obligations and definitions important for contractors engaged in government-funded construction work.
The document outlines standard clauses for contracts involving Nonappropriated Fund Instrumentalities (NAFIs) under the Department of Defense. It defines key terms such as "contract," "contractor," and "contracting officer," and establishes the legal status of NAFIs as part of the U.S. government, clarifying that appropriated funds shall not be involved in these contracts. It details procedures for claims, protests, and appeals, asserting that disputes will be resolved under designated DoD guidelines. Further sections highlight the contractor's responsibilities concerning insurance, procurement integrity, and compliance with federal laws regarding labor standards. Additionally, it emphasizes ethical policies against human trafficking, child labor, and the prohibition of specific chemicals in supplied items. The document serves as a comprehensive guide for contractors, establishing expectations, compliance requirements, and outlining rights and obligations within federal RFPs and local contracts. Ensuring adherence to sustainability practices and ethical conduct is a crucial focus within the operational framework present in these stipulations. This summary captures the essence of contractual standards set forth for contractors interacting with NAFIs.
Apr 4, 2025, 9:04 PM UTC
The document titled "Building B3001 As-builts" pertains to the finalized architectural and structural documentation for Building B3001. This compilation illustrates the as-built conditions, showcasing modifications made throughout the construction process and capturing the true dimensions, materials, and systems employed. The main topic emphasizes the importance of accurate documentation to facilitate future renovations, maintenance, and compliance with regulatory standards. Key aspects include detailed drawings, specifications that reflect the completed structure, and annotations that note deviations from initial designs. The purpose of this documentation aligns with federal grant requirements and local RFPs, emphasizing transparency and accountability in project execution. Overall, the as-built documents serve as a critical reference for stakeholders involved in ongoing or future projects, ensuring adherence to safety and quality standards while enhancing operational efficiency.
The Building B3003 As-builts document details the final construction and design specifications of Building B3003, providing a comprehensive overview of all modifications made during the project. It includes floor plans, structural adjustments, electrical layouts, and plumbing configurations, ensuring that the completed structure aligns with original design intentions while accommodating any changes that occurred during construction. The document serves essential functions; it provides a record for future maintenance, guides renovations, and ensures compliance with building codes and safety regulations. Additionally, it is pivotal for stakeholders such as project managers, architects, and regulatory bodies, aiding in the evaluation of construction quality and adherence to specifications. The completion of these as-built drawings is a critical step in the project's lifecycle, reinforcing accountability and enabling accurate project assessments.
Apr 4, 2025, 9:04 PM UTC
The document details the as-built conditions of Buildings B3201, B3203, B3205, and B3206, providing essential data for the further planning and development of these federal properties. It encompasses architectural, structural, mechanical, and electrical elements that reflect the finalized state of these buildings after initial construction modifications. The report serves as a crucial reference for upcoming repair or renovation projects, ensuring that future contractors and engineers have accurate information about the existing site conditions and systems in place. The documentation also highlights compliance with relevant regulations and standards, aiming to facilitate efficient project execution while reducing risk associated with discrepancies in existing infrastructures. Access to this as-built information is vital for maintaining safety, functionality, and serviceability in government facilities.
The document outlines security procedures for construction contracts at Whiteman Air Force Base (WAFB), detailing access protocols, personnel requirements, and safety measures. It emphasizes the necessity for a Base Entry Authorization Letter (EAL) for contractors, who must provide accurate identification and submit required documentation well in advance. Various entry points for contractors are identified, with specific gates designated for vehicle searches. The document elaborates on restrictions within secured areas, requiring escorts for personnel, vehicle specifications, and the establishment of free zones for construction activities. Prohibited items, particularly electronic devices and flammable materials, are specified. It underscores the significance of following safety protocols during construction, especially regarding airfield operations and the handling of suspicious activities. These procedures are critical for maintaining security and ensuring compliance with military regulations, reflecting the government's stringent requirements when managing federal contracts and grants. Overall, the guidelines are designed to streamline operations, safeguard personnel and facilities, and uphold security standards at WAFB.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Temporary Lodging Facilities (TLFs) and Magnolia Inn
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the comprehensive renovation of ten Temporary Lodging Facility (TLF) units at Columbus Air Force Base in Mississippi. The project aims to standardize the quality and sustainability of the TLF units across five buildings through extensive upgrades to various systems, including electrical, plumbing, and interior finishes, while adhering to established codes and sustainable design principles. This initiative is crucial for maintaining high standards in military housing and ensuring compliance with federal regulations, including wage determinations under the Davis-Bacon Act, which mandates minimum wage rates for construction projects. Interested contractors should contact Laura K. Morant at laura.morant.3@us.af.mil or 662-434-7767, and must submit proposals electronically within the specified timeframe, with a project budget estimated between $1,000,000 and $5,000,000. A site visit is scheduled for April 9, 2025, and all RFIs must be submitted by April 14, 2025.
Dorm HVAC Coil Cleaning
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide HVAC coil cleaning services for 138 fan coil units at Whiteman Air Force Base in Missouri. The contractor will be responsible for all labor, supervision, equipment, and materials necessary to perform the cleaning in accordance with the attached Statement of Work, which emphasizes maintaining air quality and system efficiency in military dormitories. This procurement is a total small business set-aside under NAICS code 238220, with proposals due by April 14, 2025, and will be evaluated based on a Lowest-Price Technically Acceptable basis. Interested vendors can contact Lt. Joshua Sturgill at joshua.sturgill.2@us.af.mil or Chance Slaton at chance.slaton@us.af.mil for further details.
B922 Canopy Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of the entrance to Building 922, known as the Carolina Skies Club, located at Shaw Air Force Base in South Carolina. The project entails the demolition of the existing canopy and the installation of a new pre-engineered metal canopy, along with the construction of an accessibility ramp that meets ASCE 7-10 and Architectural Barriers Act standards, and includes electrical work for LED lighting and power distribution. This initiative is part of a broader effort to enhance public infrastructure and ensure compliance with safety and accessibility standards. Interested vendors must submit their capabilities statements and past performance examples by April 18, 2025, with the anticipated solicitation release date around May 6, 2025. For further inquiries, contact Gregory Cooke at gregory.cooke@us.af.mil or 803-895-9119.
TPO Roofing Material
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids from qualified vendors for the procurement of thermoplastic polyolefin (TPO) roofing material for the McAlester Army Ammunition Plant in Oklahoma. The solicitation calls for the delivery of 72 rolls of TPO material, with specific technical requirements regarding size, thickness, color, and brand equivalency, and a firm delivery date set for May 19, 2025. This procurement is crucial for maintaining the facility's infrastructure and ensuring compliance with industry standards. Interested small businesses must submit their quotes by April 15, 2025, at 10:00 AM Central Daylight Time, and can direct inquiries to Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407.
*Amended* B1945 Replace Exterior RUBB Liner
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from qualified contractors to replace the exterior RUBB liner on Building 1945 at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all necessary materials, supervision, and labor to complete the project in accordance with the Statement of Work, which includes the removal and disposal of the old liner and adherence to security protocols. This procurement emphasizes the Air Force's commitment to supporting small businesses, as it is set aside for total small business participation under SBA guidelines. Interested parties must submit their proposals by April 10, 2025, following a mandatory site visit scheduled for April 3, 2025, and can direct inquiries to Johnathan Youngblood at johnathan.youngblood.2@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.
W912HN25BA007 (W912HN25B4002) Renovate Bldg. 59D Robins AFB, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the renovation of Building 59D at Robins Air Force Base, Georgia, under solicitation number W912HN25BA007. The project involves extensive renovations, including the replacement of concrete flooring, repair of various mechanical systems, and upgrades to fire control systems, with a total construction magnitude estimated between $25 million and $100 million. This opportunity is crucial for enhancing the operational capabilities of the facility and ensuring compliance with safety standards. Interested contractors must submit their proposals by May 7, 2025, and are encouraged to attend a site visit on April 24, 2025; for further inquiries, contact Gregory Graham at gregory.m.graham@usace.army.mil or Alicia Scott at alicia.d.scott@usace.army.mil.
*AMENDMENT 01* Replace Overhead Doors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of six overhead doors at Building 930, F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all labor, materials, equipment, and supervision necessary to demolish existing doors and install new insulated coiling doors, adhering to a detailed Statement of Work and environmental regulations. This project is critical for maintaining operational efficiency and safety at the facility, with an estimated contract value between $100,000 and $250,000. Proposals are due by 11:00 AM MT on April 9, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.
ROOF REPAIRS 187TH FIGHTER WING
Buyer not available
The Department of Defense, through the Army National Guard's 187th Fighter Wing, is soliciting bids for roof repairs on Buildings 1804 (Munitions Complex) and 1801 (Civil Engineering) located in Montgomery, Alabama. The contractor will be responsible for all aspects of the project, including labor, materials, and equipment, with key tasks involving the removal and replacement of roof components, and the project is expected to be completed within 60 days after contract award. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value ranging from $100,000 to $250,000, contingent upon the availability of appropriated funds. Interested vendors should contact Stephen Shanks at stephen.shanks.1@us.af.mil or call 334-394-7529 for further details, and note that a site visit and amendment to the Statement of Work will be posted the week of April 7, 2025.
Family Camp RV Parking Expansion
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves adding 14 recreational vehicle parking spaces, including the construction of an asphalt drive, installation of electrical systems, and provision of water and sewer connections, with an estimated construction cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military personnel and their families, ensuring compliance with federal construction standards and environmental regulations. Interested contractors must submit their bids by April 14, 2025, and can contact Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil for further information.
Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.