W912DQ25QA007 Roof Replacement at Rathbun Lake
ID: W912DQ25QA007Type: Solicitation
AwardedSep 15, 2025
$92.8K$92,750
AwardeeJAXON CONSTRUCTION INC Bixby OK 74008 USA
Award #:W912DQ25CA013
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the roof replacement of the Rathbun Lake project office located in Centerville, Iowa. The project entails removing an existing 40-plus-year-old built-up roof and replacing it with a standing seam roof, along with the installation of new guttering and downspouts. This procurement is significant for maintaining federal infrastructure and is set aside exclusively for small businesses, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must submit their proposals by July 31, 2025, and are encouraged to attend a site visit scheduled for July 17, 2025, to better understand the project requirements. For further inquiries, contractors can contact Cade Zelinsky at cade.s.zelinsky@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.

    Files
    Title
    Posted
    The government document outlines specifications for the installation and details of metal gutter systems as part of a construction project overseen by the US Army Corps of Engineers. It includes typical gutter and downspout details, emphasizing interconnection and fastening methods, with dimensions specified for hardware such as screws and straps made from various materials including aluminum and stainless steel. The document instructs adherence to manufacturer guidelines for attachment to metal siding or fascia, indicating a focus on structural integrity and functionality. These details are essential for contractors responding to RFPs related to construction and maintenance in federal projects, ensuring compliance with the project specifications and design standards.
    The document outlines the requirements for a Related Experience Form, which must be completed by all offerors seeking consideration for a government contract award. Each offeror is required to detail their relevant contracting background and experience, specifically in relation to the work described in Section 01 00 00 of the solicitation. The form can be submitted with a minimum of one and a maximum of three submissions, and should include specific information about the offeror's previous contract work, including agency/firm, contact person, timeline of work, and a detailed description of duties performed. The need for comprehensive and relevant experience is emphasized to ensure that offerors can effectively perform the specified contract work, highlighting the importance of prior training and experience in the selection process for government contracts.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ), Form PPQ-0, is designed to evaluate contractor performance on federal projects, serving as a critical tool for assessing past work as part of the proposal process for RFP submissions. Contractors complete sections detailing their company information, project specifics, and relevant client contacts, while clients provide evaluations based on performance indicators such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and overall general performance. Ratings range from Exceptional to Unsatisfactory, guiding the government in selecting qualified contractors for future bids. The completed questionnaires may be submitted directly to either the offeror or USACE, following an established format that encourages detailed responses to facilitate an informed review of contractor capability and past performance. This process is essential in fostering transparency and accountability within government contracts, ensuring only competent firms engage in federal projects.
    This document outlines the requirements for the "Related Experience Form" that must be completed by all offerors to be considered for contract awards within a government RFP. Offerors are required to detail their contracting background and relevant experience tied directly to the work specified in Section 01 00 00 of the solicitation. The form allows for the submission of up to three experiences but mandates at least one. Each entry must include pertinent details such as the contract type, agency/firm served, contact person with phone number, the scope of duties performed, and timeline of work. This requirement emphasizes the need for demonstrable capability through relevant past performance to foster informed decision-making in selecting contractors. Overall, the document serves to ensure that offerors present valuable expertise that aligns with the project’s specifications, facilitating a selection process grounded in proven experience.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is designed for contractors to evaluate their performance on federal projects, with sections completed by both the contractor and the client. Contractors fill in their information, contract details, and project relevance. The client assesses the contractor's performance in several key areas using defined adjective ratings: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Applicable. The questionnaire evaluates various dimensions, including quality of work, schedule adherence, customer satisfaction, management, cost management, safety, and overall compliance with contractual obligations. Clients are encouraged to return the completed questionnaire directly to the offeror or USACE for inclusion in proposals. This document plays a crucial role in government requests for proposals and grants, aiding in the assessment of contractor reliability and quality, ultimately contributing to informed decision-making by the government regarding future contracts and partnerships. The structure ensures comprehensive feedback, laying out criteria to rate contractor performance accurately.
    The government solicitation W912DQ25QA007 seeks bids for the replacement of the roof on the OFR-A Administration Building located in Centerville, IA. This project involves removing a 40-plus-year-old built-up roof and replacing it with a standing seam roof, along with the installation of new guttering and downspouts. The estimated budget for the project is between $25,000 and $100,000, making it a small business set-aside. Contractors must provide a complete offer, including performance and payment bonds if required, and proposals are due by July 31, 2025. Specific requirements for submission include acknowledgment of amendments, vendor information, and evidence of past performance. All offers are subject to the Buy American Act, and the contractors must also comply with the System for Award Management (SAM) registration. An organized site visit is scheduled for July 17, 2025, to assist bidders in assessing the project requirements. The solicitation emphasizes detailed procurement and contracting instructions to ensure clarity and compliance with federal regulations. Overall, this invitation reflects the federal government's ongoing commitment to maintaining infrastructure through competitive contracting processes.
    Similar Opportunities
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.
    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.
    Sebewaing River South Levee Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is designated as a total small business set-aside. The project involves mobilizing equipment to Sebewaing, Michigan, to perform essential repairs along the Sebewaing River and south levee, including clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading with excavated materials reused onsite. This work is crucial for maintaining the integrity of the levee system, which plays a significant role in flood risk management. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or by phone at 313-226-2206 for further details regarding the solicitation.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Sources Sought Notice - Broken Bow Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Tulsa District, is conducting market research for a Design-Build (D-B) contract focused on the replacement of the roofing at the Broken Bow Powerhouse in Oklahoma. The selected contractor will be responsible for all aspects of the project, including site investigation, design, material procurement, labor, and management to ensure the successful completion of the roofing replacement. This project is critical for maintaining the structural integrity and operational efficiency of the facility, which is located in McCurtain County. Interested contractors can reach out to John Lindblom at john.e.lindblom@usace.army.mil or by phone at (918) 669-7109 for further details.
    Broken Bow Powerhouse Roofing Project
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking contractors for the Broken Bow Powerhouse Roofing Project, which involves a Design-Build (D-B) contract for roofing replacement at the Mountain Fork River site in Broken Bow, Oklahoma. Contractors will be responsible for all aspects of the project, including site investigation, design, materials procurement, labor, and management to fulfill the contract requirements. This project is crucial for maintaining the integrity and functionality of the facility's roofing system. Interested contractors can reach out to John Lindblom at john.e.lindblom@usace.army.mil or call (918) 669-7109 for further details and to express their interest in this opportunity.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    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.