IDIQ Roofing
ID: W9124M25B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT STEWARTFORT STEWART, GA, 31314-3324, USA

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for an Indefinite Delivery Indefinite Quantity (IDIQ) Roofing project at Fort Stewart and Hunter Army Airfield in Georgia. The primary objective of this procurement is to secure maintenance and repair services for roofing systems, with the project set aside for Historically Underutilized Business (HUBZone) qualified entities, emphasizing compliance with federal guidelines. This initiative, with a total budget exceeding $10 million, is crucial for maintaining military infrastructure and supporting local businesses. Interested contractors must submit sealed bids by November 15, 2024, and are required to provide performance and payment bonds, with work expected to commence within ten calendar days of contract award. For further inquiries, contact Christina Webb at christina.a.webb.civ@army.mil or Kassandra Robinson at kassandra.n.robinson.mil@army.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Roofing project at Fort Stewart and Hunter Army Airfield in Georgia. The primary objective is to solicit bids for maintenance and repair of roofing systems in compliance with federal guidelines, specifically set aside for HUBZone qualified entities. The project has a total budget exceeding $10 million and falls under the NAICS code 238160. Offerors must submit sealed bids by November 15, 2024, accompanied by required performance and payment bonds, and must begin work within ten calendar days of award approval. The RFP details various tasks to be performed, including installation and demolition of different roofing components, insulation, and ventilation systems, covering numerous specifications with exact quantities and unit prices outlined for clarity. The document emphasizes the importance of adhering to government practices, facilitating transparency and compliance throughout the bidding process. This RFP represents the government's commitment to maintaining infrastructure while supporting businesses in designated HUBZones.
    Lifecycle
    Title
    Type
    IDIQ Roofing
    Currently viewing
    Solicitation
    Similar Opportunities
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a roofing services project at Fort Belvoir, Virginia, under a DRAFT Statement of Work for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) Single Award Task Order Contract. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform various roofing tasks, including installation, repair, sealing, and replacement of roofing systems, while adhering to local policies and industry standards. This procurement is crucial for maintaining the integrity and safety of military facilities, ensuring compliance with U.S. Army security protocols and safety guidelines. 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 information, as the official solicitation is expected to be published soon.
    Railroad Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a railroad maintenance and repair project at Fort Stewart and Hunter Army Airfield in Georgia. The procurement involves performing various maintenance tasks, including rail replacement and system upkeep, in accordance with the Statement of Work and contract terms, with an emphasis on safety and compliance with federal regulations. This contract, set aside for 8(a) participants, has a minimum guarantee of $25,000 and is estimated to exceed $10 million, with a performance period starting January 1, 2025, and lasting through 2029. Interested parties should submit their proposals by November 4, 2024, and can contact Christina Webb at christina.a.webb.civ@army.mil or Maria Swinton at maria.c.swinton.civ@army.mil for further information.
    Fort Johnson Vertical MATOC HUBZone Pool Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Fort Johnson Vertical MATOC HUBZone Pool, aimed at facilitating design-build and design-bid-build vertical construction projects. This procurement involves the establishment of Indefinite Delivery-Indefinite Quantity (IDIQ) contracts set aside for Historically Underutilized Business Zones (HUBZone), focusing on the construction and repair of various facilities. The selected contractors will play a crucial role in supporting the Army's infrastructure needs, ensuring timely and efficient project execution. Interested parties can reach out to Demetrius Brooks at demetrius.d.brooks@usace.army.mil or by phone at 817-886-1033 for further details regarding the solicitation process.
    Bldg 1005 and 1308 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Site Visit - PreSolicitation Notice Ft Belvoir Roofing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Belvoir, Virginia, is preparing to solicit bids for a Single Award Task Order Contract (SATOC) to provide roofing services for the U.S. Army. This contract aims to support the Directorate of Public Works in maintaining, repairing, and modernizing real property facilities across various locations, including Fort Belvoir and Arlington National Cemetery. The anticipated contract will encompass a range of roofing tasks, including removal, installation, repair, and sealing of roofs, and is set aside for Competitive 8(a) small businesses under NAICS Code 238160, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for October 9, 2024, and the solicitation is expected to be released around October 2024; for further inquiries, contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas D. Buffington at douglas.d.buffington.civ@army.mil.
    B409 ROOF REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Ohio Air National Guard, is preparing to issue an Invitation for Bid for a fixed-price contract focused on the replacement of the roof of Building 409 at the 179th Cyberspace Wing in Mansfield, Ohio. This project, designated for small businesses, includes the installation of a new roof membrane, replacement of lightning protection, and the addition of fall protection, with an estimated budget ranging from $2 million to $5 million and a projected duration of 180 days post-notice to proceed. Interested contractors must register with the System for Award Management (SAM) to access relevant documents and are encouraged to attend a pre-bid conference on November 13, 2024, with bids due by December 12, 2024. For further inquiries, contractors may contact Gordon Strom at gordon.strom.1@us.af.mil.
    RR460 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.
    FY23-28 General Construction Services BPA - W911S223S8000
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking General Construction Services under a Blanket Purchase Agreement (BPA) for projects on Fort Drum, NY. The BPA will include new work, additions, alterations, and maintenance and repair of real property facilities and structures. The estimated value of the BPA construction projects is $15,000,000.00, with an estimated 35 projects each fiscal year. Contractors with a BPA must be capable of obtaining the payment bonds required for construction projects valued between $35,000.00 and the Simplified Acquisition Threshold ($250,000.00). The Government will consider price and socio-economic status when establishing the BPAs, which may remain in place for up to five (5) years. Interested small businesses registered under NAICS Code 236220 and located in a Historically Underutilized Business (HUB) Zone are encouraged to respond to the Combined Synopsis/Solicitation.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army's Mission and Installation Contracting Command, is seeking qualified small businesses for a Sources Sought Notice regarding a Job Order Contract (JOC) at Fort Moore, Georgia. The procurement aims to establish a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity contract for various construction and maintenance tasks, including repair, maintenance, demolition, and minor construction across multiple facilities, with a total estimated value between $25 million and $100 million over a five-year period. This opportunity is critical for supporting the Department of Public Works and ensuring compliance with federal, state, and local regulations during project execution. Interested firms must submit their capability statements by 12:00 PM Central Daylight Time on October 30, 2024, to the designated contacts, Deidra Hicks and Christopher Weber, via the provided email addresses.
    INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) SMALL BUSINESS (SB) SET ASIDE FOR ROOFING SERVICES FOR FACILITIES PRIMARILY IN THE NAVFAC WASHINGTON, AREA OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Washington, is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on roofing services within its Area of Responsibility. This procurement is set aside for small businesses and aims to award approximately five contracts for various roofing projects, including new construction, repair, and renovation, with an estimated total construction budget of $249 million over an eight-year period. The selected contractors will be required to manage multiple task orders concurrently and demonstrate compliance with safety and quality standards throughout the project lifecycle. Proposals are due by October 30, 2024, and interested parties can contact Lindsay Brown at lindsay.naill@navy.mil or Daniel Russell at daniel.russell1@navy.mil for further information.