Tremco Alpha Grade
ID: FA480926Q0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Asphalt Shingle and Coating Materials Manufacturing (324122)

PSC

ROOFING AND SIDING MATERIALS (5650)

Set Aside

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

    The Department of Defense, specifically the United States Air Force, is seeking proposals from qualified small businesses for the procurement of Tremco Alpha Grade roofing materials for buildings 3300, 4502, and 2903 at Seymour Johnson Air Force Base in North Carolina. The requirement includes specific products such as AlphaGrade Leveling Coat, Base Coat, and Top Coat, which are essential for maintaining the integrity and functionality of the facilities. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small enterprises in government contracting. Interested vendors must submit their proposals electronically by January 16, 2026, and can direct inquiries to Art Louie Lesaca at art_louie.lesaca.1@us.af.mil or 919-722-1763.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses questions regarding a government requirement for the supply and delivery of Tremco products. It clarifies that the requirement is exclusively for the supply and delivery of Tremco, with no installation services included. The document also specifies the delivery address for these supplies as F3T3CE 4 CES CECH, AF NO MILSBILLS PROC CP 9197225521, 1095 PETERSON AVE, SEYMOUR JOHNSON AFB, NC 27531-2187, UNITED STATES. This information is critical for vendors responding to the RFP, outlining both the scope of work and logistical details.
    This government solicitation, FA480926Q0006, is a Request for Quote (RFQ) for roofing materials for buildings 3300, 4502, and 2903 at Seymour Johnson AFB, NC. It is set aside for Women-Owned Small Businesses (WOSB). The solicitation includes specific requirements for Tremco Alpha Grade materials, such as ALPHAGRADE - 5.5 GL KIT, ALPHAGRADE BASE COAT - 3.75 GL KIT, and ALPHAGRADE TOP COAT WHITE 2.5 GL KIT, with a delivery date of January 30, 2026. The document details contract clauses, including those related to electronic payment via Wide Area WorkFlow (WAWF), item unique identification, and the prohibition of Class I Ozone Depleting Substances. It also outlines representations regarding telecommunications equipment and business operations.
    This government solicitation, FA480926Q00060001, issued by the United States Air Force, outlines the requirement for roofing materials (Tremco Alpha Grade products) for repairs to Buildings 3300, 4502, and 2903 at Seymour Johnson AFB, NC. The solicitation is set aside for Small Businesses and details specific quantities of AlphaGrade Leveling Coat, Base Coat, and Top Coat. It specifies a delivery date of January 30, 2026, to Seymour Johnson AFB, with inspection and acceptance at destination. Key clauses include those related to Electronic Submission of Payment Requests, Wide Area WorkFlow Payment Instructions, Item Unique Identification and Valuation, and a prohibition on Class I Ozone Depleting Substances. The document also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering topics such as combating trafficking in persons, child labor, and payment by electronic funds transfer. An Ombudsman clause is included for dispute resolution.
    The document is a solicitation for Women-Owned Small Businesses (WOSB) for commercial products and services, specifically for the procurement of Tremco Alpha Grade roofing materials for buildings 3300, 4502, and 2903 at Seymour Johnson AFB, NC. The solicitation number is FA480926Q00060002, with an offer due date of January 16, 2026. Key items include ALPHAGRADE - 5.5 GL KIT, ALPHAGRADE BASE COAT - 3.75 GL KIT, and ALPHAGRADE TOP COAT WHITE 2.5 GL KIT. The contract emphasizes electronic submission of payment requests via Wide Area WorkFlow (WAWF) and includes various FAR and DFARS clauses related to small business set-asides, combating trafficking in persons, and unique item identification. It also outlines an ombudsman process for resolving concerns and prohibits the use of Class I Ozone Depleting Substances.
    This amendment to solicitation FA480926Q0006, effective December 19, 2025, primarily serves to add a
    This government file, Amendment/Modification Number FA480926Q00060002, modifies a solicitation for commercial products and services. The key changes include an extension of the response due date from January 14, 2026, to January 16, 2026. It also adds significant addendums to the
    Lifecycle
    Title
    Type
    Tremco Alpha Grade
    Currently viewing
    Solicitation
    Similar Opportunities
    Roofing Repair, and Replacement Follow-on (R3F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Roofing Repair and Replacement Follow-On (R3F) project, which involves commercial roof replacement, repair, and inspection services at various installations across the Continental United States and Alaska. The procurement aims to address a range of roofing needs, including low-slope, steep slope, and metal roofs, while also encompassing associated components such as thermal insulation and drainage systems, with incidental construction activities allowed under certain conditions. This opportunity is significant for maintaining the integrity of military facilities and ensuring compliance with safety and regulatory standards. The contract, valued at up to $450 million, is a 100% Small Business Set-Aside with an 8(a) reserve for projects under $250,000, and the formal solicitation is expected to be posted on SAM.gov around January 17, 2026, with proposals due by February 14, 2026. Interested parties can contact Neil E. Amrstrong at neil.armstrong.1@us.af.mil or Tier Blanco at tier.blanco@us.af.mil for further information.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the FA4626 341st Contracting Squadron at Malmstrom Air Force Base, is soliciting proposals for the "Repair MAF Roofs" project, which involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs). The project requires contractors to provide all necessary labor, equipment, and materials, adhering to strict performance timelines and safety regulations, with a total estimated contract value between $500,000 and $1,000,000. Interested small businesses must submit their proposals by January 20, 2026, with a site visit scheduled for January 7, 2026, to facilitate understanding of the project requirements. For further inquiries, potential bidders can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Various Roof Repairs B1601, B1822, B1693, B160
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for various roof repairs at buildings B1601, B1822, B1693, and B160 located at Shaw Air Force Base in South Carolina. The project involves comprehensive design and renovation work, including asbestos abatement, complete roof replacements, roof recoating, and associated repairs, all adhering to strict Unified Facilities Criteria and Shaw AFB standards. This procurement is crucial for maintaining the integrity and safety of the facilities, with a total project timeline of 216 calendar days for design and construction. Interested contractors should note that funding is not currently available, and no award will be made until funds are appropriated; for inquiries, contact Carlos J. Griggs at carlos.griggs.1@us.af.mil or Braulio Ramirez-Galvan at braulio.ramirezgalvan@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Rubber Removal and Airfield Markings
    Dept Of Defense
    The Department of Defense, through the Air Force Global Strike Command, is soliciting proposals for a project focused on rubber removal and airfield markings at Dyess Air Force Base in Texas. The objective is to execute a phased service to remove rubber accumulation from two runways and repaint the airfield markings according to specified drawings and standards. This project is crucial for maintaining airfield safety and operational efficiency, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit a capability statement and technical approach by January 12, 2026, with offers evaluated based on the lowest price that is technically acceptable. For further inquiries, vendors can contact Anthony Parra at anthony.parra.2@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base, Delaware. This procurement is a total small business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000 and a performance period of 365 calendar days. The work is critical for maintaining airfield safety and operational efficiency, with proposals due by 1:00 PM EST on January 16, 2026, and must remain valid through March 31, 2026. Interested parties can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This procurement is a total small business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a firm-fixed-price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 16, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil.
    Custodial Services, Seymour Johnson Air Force Base
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron, is seeking qualified contractors to provide custodial services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement involves comprehensive management and execution of cleaning services, including general facility cleaning, restroom maintenance, and specialized services for child/youth care facilities and fitness centers. This contract is crucial for maintaining a clean and professional environment at the base, with a proposed structure of a single firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract that includes a one-year base period and four one-year options. Interested parties should note that the solicitation is anticipated to be issued around February 19, 2026, and must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Michael Demers at michael.demers.4@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.