Open End Roofing
ID: W912CN25R0015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking qualified contractors for an Open End Roofing project at various installations in Hawaii, including Schofield Barracks and Fort Shafter. The contract involves providing all necessary labor, materials, equipment, and supervision for roofing repairs and reroofing, which includes the removal of old roofs, installation of new fiberglass shingles and metal roofing, and addressing any damaged lumber. This work is crucial for maintaining the integrity and safety of Army facilities, ensuring compliance with safety regulations and quality standards. Interested contractors should contact Jonathan Chong at jonathan.j.chong.civ@army.mil or Mark Dahilig at mark.r.dahilig.civ@army.mil for further details, with operations scheduled Monday through Friday, excluding federal holidays.

    Files
    Title
    Posted
    The contractor is tasked with providing comprehensive labor, equipment, and materials for reroofing and roof repairs on various Army installations in Oahu, excluding medical facilities. The scope includes removing old roofs and installing new fiberglass shingles, metal roofing, gutters, and addressing damaged lumber. All incidental work, such as painting exposed wood, is also required. The contractor must ensure safety measures are adhered to, including proper installation of tiedowns. Measurement for replaced materials will be based on actual quantities and will exclude wastage from the contractor's errors. Moreover, the contractor is responsible for relocating any obstructions and maintaining a clean work area during the project. The contract is structured to ensure that all work is done according to specified guidelines, ensuring both compliance with regulations and quality of workmanship.
    Lifecycle
    Title
    Type
    Open End Roofing
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    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.
    Fort Gibson Powerhouse Roof Replacement, Oklahoma
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W076 Endist Tulsa office, is seeking contractors for a Design-Build contract to replace the roof of the Ft. Gibson Powerhouse in Oklahoma. The project entails a comprehensive scope of work, including the design and construction of a new 2-ply Modified Bituminous Membrane roof system, installation of new roof drainage, and potential additions such as guard rails and roof ladders. This procurement is critical for maintaining the structural integrity and functionality of the facility, ensuring it meets operational standards. Interested contractors should contact Miguel Martinez at miguel.a.martinez2@usace.army.mil for further details regarding this opportunity.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    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.
    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.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.