IDIQ Roofing
ID: W9124M24B0004Type: Presolicitation
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 seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) roofing project at Fort Stewart and Hunter Army Airfield in Georgia. This procurement involves maintenance and repair of roofing systems, including installation of various roofing types such as EPDM, TPO, PVC, and metal, along with associated carpentry, insulation, caulking, and asbestos removal tasks. The project is significant, with an estimated value between $10 million and $25 million, and is exclusively set aside for Historically Underutilized Business Zone (HUBZone) participants. Interested contractors must register in the System for Award Management (SAM) and are encouraged to monitor the SAM website for updates, with the official solicitation expected around October 14, 2024, and bids due by November 19, 2024. For further inquiries, contractors can contact MSG Kassandra Robinson at kassandra.n.robinson.mil@army.mil or CPT Shavon Holman at shavon.v.holman.mil@army.mil.

    Files
    Title
    Posted
    The government intends to release an Invitation for Bid (IFB) W9124M24B0004 for a maintenance and repair roofing project at Fort Stewart, Georgia, and Hunter Army Airfield. This initiative involves a D-Type Indefinite Delivery Indefinite Quantity (IDIQ) contract utilizing Firm-Fixed-Price (FFP) under FAR Part 14, specifically set aside for 100% HUBZONE participants. The estimated project magnitude is between $10,000,000 and $25,000,000, with a performance period of 1865 calendar days after the notice to proceed. The scope encompasses comprehensive roofing tasks including the installation of various roofing systems (e.g., EPDM, TPO, PVC, and metal), carpentry work, insulation, caulking, and asbestos removal. The official solicitation is expected around 14 October 2024, with bids due by 19 November 2024, exclusively via mail or hand delivery. Interested contractors must register in the System for Award Management (SAM) to be eligible for the contract, and should monitor the SAM website for updates and amendments. The designated contacts for this acquisition include MSG Kassandra Robinson and CPT Shavon Holman.
    Lifecycle
    Title
    Type
    IDIQ Roofing
    Currently viewing
    Presolicitation
    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.
    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.
    Potential New Construction Work
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to respond to a Sources Sought notice for a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity Job Order Contract (JOC) for new construction work at Fort Moore, Georgia. The contract aims to support the Department of Public Works by providing construction, repair, maintenance, and demolition services across various facilities, with a total estimated value not to exceed $50 million over a five-year period. Interested firms are encouraged to submit their capabilities and relevant experience, as the procurement is set aside for small businesses, including those in various socioeconomic categories. Responses are due by 12:00 PM Central Daylight Time on October 24, 2024, and should be directed to the designated contacts, Deidra Hicks and Christopher Weber, via email.
    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.
    Fort Stewart Custodial Services
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified contractors to provide comprehensive custodial services for the Fort Stewart Community Schools and the Community Superintendent’s Office in Georgia. The contract will encompass daily cleaning, floor maintenance, lavatory services, cafeteria sanitation, and emergency cleanups, all performed in a manner that does not disrupt educational operations for over 72,000 children within DoDEA's global network. This procurement is critical to maintaining a hygienic and safe environment in educational facilities linked to the Department of Defense, ensuring operational efficiency and compliance with federal standards. Interested parties must register under NAICS code 561720 in the System for Award Management (SAM) and are advised that the solicitation is anticipated to be posted on or about August 29, 2024, with an award date expected around October 23, 2024. For further inquiries, contact Marina Porter at marina.porter@dodea.edu or Tammy D. Lopez at tammy.lopez@dodea.edu.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies at the Missouri River Project Office, addressing existing structures that are in a failing state. The work is crucial for extending the building's useful life and ensuring safety, with an estimated construction cost ranging from $1 million to $5 million. Interested small businesses must submit their bids electronically by the new deadline of October 10, 2024, at 2 PM local time, and are required to provide a bid guarantee as part of their submission. For further inquiries, bidders can contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for 146 personnel, featuring modern living spaces, common areas, and sustainable building practices aimed at achieving Net Zero greenhouse gas emissions. The contract, valued between $50 million and $100 million, will be awarded based on a Best Value Tradeoff source selection process, and interested contractors must register in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil.
    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.
    W9127824R0132 Sources Sought - IDIQ/SATOC for Gulf Coast
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, Mobile District, is conducting market research to identify qualified contractors for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) focused on construction services in the Gulf Coast area. The procurement aims to gather information on the capabilities of both small and large businesses to perform general repairs and new construction for various military and interagency facilities, with individual project costs expected to range from $5 million to $20 million. This initiative is crucial for supporting the construction needs of the Mobile District Construction Division, with projects anticipated to commence in Fiscal Year 2025 and lasting between 365 to 750 calendar days. Interested firms must submit their responses electronically by October 11, 2024, to the designated contacts, MAJ Rocky Harkless and Stephanie M. Scalise, at their respective email addresses.