ROOF REPAIRS 187TH FIGHTER WING
ID: W50S6N25QA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MT USPFO ACTIVITY ALANG 187MONTGOMERY, AL, 36108-4824, USA

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for roof repairs on Buildings 1804 (Munitions Complex) and 1801 (Civil Engineering) at the 187th Fighter Wing in Montgomery, Alabama. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes removing and replacing roof components, ensuring proper disposal of debris, and adhering to strict security protocols during the work. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated budget between $100,000 and $250,000, with a completion timeline of 60 days post-award. Interested contractors must submit their proposals by May 6, 2025, and can direct inquiries to Stephen Shanks at stephen.shanks.1@us.af.mil or by phone at 334-394-7529.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a change in access to a specific site located at 5187 Selma Highway, Montgomery, AL 36108. The previously used entrance gate has been decommissioned, and users are now instructed to use the Felder Road Gate for entry. This change is a straightforward communication of updated access instructions for individuals or entities needing to visit the location. The purpose of this update appears to enhance security and streamline access to the site by specifying a single designated entry point. Overall, this document serves as an internal directive regarding facility access management.
    The Air National Guard's 187th Fighter Wing requires roof repairs for Buildings 1804 (Munitions Complex) and 1801 (Civil Engineer) at Montgomery, Alabama. The contractor is responsible for all aspects of the project, including labor, materials, and equipment, as outlined in the Statement of Work. Key tasks involve removing and replacing roof components, including metal wall panels, flashing, and roof membranes. The project is scheduled for completion within 60 days after the contract award, with work taking place during designated hours under security protocols. Contractors must ensure proper disposal of debris off-base and restore site conditions post-work. Access to the controlled area will be managed by the 187th Civil Engineer Squadron, demanding compliance with security measures and background checks. Additionally, contractor employees must complete Antiterrorism Awareness Level I training shortly after the contract start. The document serves as a federal Request for Proposal (RFP), outlining the project’s scope, performance requirements, and regulatory compliance, reflecting the federal government's standards and procedures for contractor engagement within military facilities.
    The Alabama Air National Guard's 187th Fighter Wing has issued a request for proposals (RFP) for roof repairs on two buildings: Munitions Building 1804 and Civil Engineer Building 1801. The project requires the contractor to supply all labor, materials, and equipment necessary for the work, which includes removing and replacing roof components, wall panels, flashing, and insulation, as well as ensuring proper disposal of debris off-site. The contractor must also provide warranties for the workmanship and the new roof system. Work is scheduled for a 60-day period after contract award, conducted between 0700-1700 hours from Tuesday to Friday, and under strict security protocols due to the controlled nature of the work environment. All contractor employees must comply with access and security regulations, including background checks and training requirements. A pre-bid conference is mandatory for prospective contractors to assess the project site prior to bidding. This initiative represents the government's commitment to maintaining infrastructure and ensuring operational readiness through timely repairs.
    The document outlines a series of inquiries and responses related to a federal RFP concerning roof replacement projects for Buildings 1801 and 1804. Key requests include arrangements for site visits, accessibility to architectural drawings, and recent photographic records of damaged roofing. Confirmation of physical addresses and GPS coordinates for remote measurements is provided, alongside clarifications on roofing composition, insulation quantities, and equipment limitations for construction operations. It also addresses safety and security protocols for contractor personnel access, specifying timelines for base access vetting and confirming that while a formal safety plan is not mandated, work must adhere to OSHA standards. Additionally, it clarifies requirements regarding bonding and insurance submissions post-award and states there are no known hazardous materials in the buildings. This document essentially facilitates communication and provides necessary clarifications for contractors to ensure compliance with federal and local regulations during the bidding and proposal process for the set roof replacement project.
    The 187th Fighter Wing is soliciting bids for the repair of roofs on Buildings 1801 and 1804 under Solicitation # W50S6N-25-Q-A012, with a project budget between $100,000 and $250,000 located at Dannelly Airfield in Montgomery, Alabama. Interested contractors, particularly Service Disabled Veteran Owned Small Businesses (SDVOSB), must submit proposals by 4:00 PM (CST) on April 22, 2025, with questions due by April 14. The award will be a Firm Fixed Price contingent on funding availability, and the chosen contractor must provide performance and payment bonds within 10 days of the award. The project is expected to be completed within 60 days after the Notice to Proceed (NTP) is issued. Contractors are required to verify their SDVOSB status through the SBA database and present at least two past performance references. All inquiries must be sent to the designated contracting officer, and responses to questions will be posted online. This solicitation reflects the government's commitment to transparency in procurement and support for veteran-owned businesses while assuring compliance with federal regulations and standards throughout the bidding process.
    The document represents a solicitation for bids related to the repair of roofs on buildings 1801 and 1804 at the 187th Fighter Wing in Montgomery, Alabama. The contract is set to be awarded based on a Firm Fixed Price (FFP) model, exclusively to Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated value of the project ranges from $100,000 to $250,000. Notably, the government’s obligation under this solicitation is contingent upon the availability of funds, indicating that financial resources must be allocated before the contract can be finalized. Bidders are required to follow specific submission guidelines, including completing Standard Form 1442 and providing past performance references. A pre-offer conference is scheduled to discuss the RFQ requirements, and registration is necessary for security clearance to access the site. Additionally, the solicitation incorporates various FAR and DFARS clauses concerning compliance, reporting, and wage requirements, stressing the importance of adhering to regulatory standards. This solicitation reflects the government's commitment to supporting veteran-owned businesses while facilitating necessary construction and repairs in military infrastructure.
    The government document outlines a Request for Proposal (RFP) for roof repair projects on Buildings 1804 and 1801 at the 187th Fighter Wing in Montgomery, Alabama. The project involves contractors supplying all necessary materials and labor for the repairs, with a budget estimated between $100,000 and $250,000. It is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation emphasizes that government obligations depend on the availability of funds, and procurement details need to follow the specified regulatory framework, including relevant Federal Acquisition Regulations (FAR). The document details the timeline for submissions, required performance and payment bonds, evaluation criteria based on price and past performance, and stipulations for a pre-offer conference, which applicants are encouraged to attend. The notice specifies submission formatting, compliance with labor standards, and safety regulations for construction activities. This RFP exemplifies the government's support for veteran-owned businesses while ensuring compliance with federal guidelines on public contract awards.
    The document is an amendment to a solicitation for a construction project involving roof repairs at buildings 1801 and 1804 at the 187th Fighter Wing in Montgomery, Alabama. It extends the due date for bids to May 1, 2025, updates the statement of work, and incorporates unit pricing for insulation work. The amendment includes a schedule for a pre-offer conference on March 27, 2025, and specifies that participation requires prior registration due to security protocols. The solicitation is reserved for Service Disabled Veteran Owned Small Businesses (SDVOSB), emphasizing the verification process for the SDVOSB status. Proposers must submit their quotes and inquiries via designated email, ensuring all communications go through the contracting office. The document asserts that no legal obligations will occur until funds are available, outlines wage determinations, and details amendments to project timelines. The overall aim is to ensure a competitive bidding process while meeting regulatory and compliance standards.
    The document is an amendment to a government solicitation regarding a construction project overseen by the 187 Fighter Wing in Montgomery, Alabama. Key changes include an extension of the bid submission deadline to May 6, 2025, at 2:00 PM CST, and updates to insurance requirements, scheduling, invoicing processes, and safety protocols. The contract emphasizes compliance with federal standards such as the Davis-Bacon Act, including wage determinations reflecting the current minimum wage standards for various labor classifications. Additionally, it underlines contractor responsibilities regarding security, quality control, environmental impact, and safety assurance, detailing procedures for project inspections and compliance with applicable regulations. The amendment signifies continued efforts to adapt and clarify requirements for contractors while ensuring compliance with federal regulations and project specifications.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Maxwell AFB - Airfield Repairs - Amendment 0003
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    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.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 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.
    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.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    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.