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
    Description

    The Department of Defense, specifically 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 complete replacement of approximately 27,882 square feet of roofing on buildings B3001, B3003, B3201, B3203, B3205, and B3206, which are essential for accommodating military personnel and their families. This renovation is crucial for maintaining the functionality and safety of these facilities, ensuring they meet operational standards. Interested contractors must submit their sealed bids by May 7, 2025, 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 regarding the project.

    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.
    The TLF Roof Replacement Solicitation outlines key plans for the upcoming construction work at the Temporary Lodging Facilities. It states that these facilities will be vacated during the construction period, with a 14-day notice issued prior to the commencement of work. During the project, the contractor has indicated that more than 10% of the sheeting material may require replacement. If cumulative sheeting replacement exceeds this threshold, a modification will be necessary to address the additional work involved. This document serves to inform stakeholders about logistical arrangements and the potential scope of repairs in the project, ensuring compliance and effective management of resources during the construction phase.
    The document outlines the Q&A responses for a federal RFP related to the replacement and repair of structures, specifically carports and buildings B3001, B3003, B3201, B3203, B3205, and B3206. The main task involves replacing all rafters and sheathing in certain buildings, while emphasizing that only extensive damage will warrant up to 10% replacement in others. The project requires the replacement of all fascia on designated buildings, including both trim coil metal fascia and sub fascia. Additionally, asbestos abatement is necessary on specific carports, focusing only on the sofit panels. The project specifies shingle roofs for the carports instead of TPO low-slope roofs. Asbestos testing will be handled by the agency and future updates will be shared through amendments. This document serves as a critical part of the RFP process, ensuring contractors understand the requirements and scope of work regarding structural repairs and environmental safety.
    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.
    The document is a Q&A section for the TLF Roof Replacement project (Solicitation Number: FA462525R0004). It addresses two primary inquiries regarding the project timeline and warranty requirements. The anticipated Notice to Proceed (NTP) date is set for June 2025. The second question concerns the warranty, where the bidder can provide a 5-year warranty; however, their surety company only covers 2 years. The response clarifies that while a 5-year warranty in writing is mandatory from the awardee, this extended warranty is not required from the surety. This document outlines critical information necessary for bidders in preparation for this government RFP, reinforcing compliance with project specifications and contractual obligations.
    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.
    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 serves as an amendment to a solicitation for a project identified as FA462525R0004, extending the timeline for offer submissions and providing essential updates. Key elements include adding meeting minutes from a site visit and responses to questions dated April 4, 2025, as well as a revised Statement of Work (SOW). It clearly states that participants must acknowledge receipt of this amendment in their submissions, which must be submitted by the specified deadline. The amendment retains the original terms and conditions while incorporating the newly attached documents, which are critical for potential contractors to understand project requirements fully. The purpose of this amendment underlines the importance of timely communication and documentation in government procurement processes, ensuring all interested parties have the necessary information to submit informed bids.
    The document serves as an amendment to solicitation FA462525R0004 for a construction project involving roof replacement at Whiteman Air Force Base. The primary changes detailed in the amendment include an extension of the bid close date to May 7, 2025, the publication of a Q&A dated April 30, 2024, and the incorporation of an updated Statement of Work (SOW) from April 28, 2024. Offerors are reminded to acknowledge receipt of this amendment prior to the specified deadline to avoid rejection of their offers. Key instructions for bidders outline the proposal submission process, including a requirement for proposals to be submitted electronically by the new deadline and information regarding a site visit scheduled for April 7, 2025. The document specifies that the government intends to award a Firm Fixed Price contract to the lowest priced responsive offeror, and it lists federal holidays during which work is prohibited. Overall, this amendment aims to clarify requirements and procedures for prospective contractors, ensuring compliance and timely bid submissions amidst the modifications made to the solicitation terms.
    The document is an amendment regarding a government solicitation, indicating updates to the solicitation process and modifications to an existing contract. It outlines methods for acknowledgment of the amendment, specifies requirements for submitting changes to previously submitted offers, and clarifies that the receipt deadline for offers is extended. The primary purpose of this amendment is to provide information on a recent asbestos test, which yielded negative results, leading to the removal of all abatement requirements from the statement of work (SOW) dated April 28, 2024. The document is structured to include sections detailing the modification's purpose, administrative details, and response requirements. It emphasizes the importance of acknowledging the amendment to avoid rejection of offers and maintains all other terms of the original document unless specifically modified. This amendment reflects standard procedures in government RFPs and contract modifications, ensuring compliance and clarity for contractors involved in the bidding process.
    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.
    The Statement of Work outlines the renovation project at Whiteman Air Force Base, focusing on the replacement of roofs on six temporary lodging facilities (TLFs). The existing roofs, having reached the end of their life expectancy, will be entirely replaced to maintain their functionality for military personnel and families during transitions. The scope includes complete removal and replacement of roofing materials, sheathing, fascia, and soffit for the severely deteriorated buildings B3001 and B3003, while allowing for partial sheathing replacement for the other structures, B3201, B3203, B3205, and B3206, if necessary. The contractor must comply with various construction codes and provide materials that meet industry specifications. Submissions will include necessary product details, with warranties covering both manufacturer and contractor responsibilities post-installation. The project emphasizes a systematic approach, ensuring each building's roof is addressed sequentially, and requires the contractor to properly manage waste and ensure the site's integrity during renovation. This project aligns with the government’s commitment to maintaining military infrastructure efficiently while ensuring compliance with safety standards and building regulations.
    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.
    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
    Similar Opportunities
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    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.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    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.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    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.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    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.