Roof and Gutter Repair, Lower Roof Section, Fitness Center - Grissom ARB, IN 25-3001
ID: F5D3125016A001Type: Combined Synopsis/Solicitation
AwardedJul 7, 2025
$183.7K$183,700
AwardeeEnzo Group LLC Winthrop Harbor IL 60096 USA
Award #:FA465425C0005
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4654 434 CONF LGCGRISSOM ARB, IN, 46971-5000, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF RECREATIONAL BUILDINGS (Z2FB)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of roofing and guttering at the Fitness Center located at Grissom Air Reserve Base in Indiana. The project involves demolishing the existing roofing, protecting the underlying metal roofs, and ensuring proper disposal of materials, with the aim of maintaining the safety, structural integrity, and environmental conditions of the facility. This procurement is crucial for the operational efficiency of the Fitness Center and is estimated to cost between $100,000 and $250,000, with a 20% bid guarantee required upon proposal submission. Interested contractors must comply with specific regulations and deadlines, including a site visit scheduled for April 16, 2025, and should direct inquiries to Contract Specialist Jason Hahn at jason.hahn.4@us.af.mil or by phone at 765-688-2802.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the process for obtaining base access to Grissom Air Reserve Base, Indiana, for conducting a site visit. To gain access, individuals must complete an online application available at the provided link and submit it to the Contract Specialist or Contracting Officer along with essential information, including a confirmation code, full legal name, and requested access dates and business hours. This procedure is critical for personnel involved in federal RFPs, grants, or local contracts requiring site assessments. The emphasis on a systematic application underscores the security protocols necessary for authorized visits to military installations.
    The government file outlines an RFP for roof and gutter repair in the lower roof section of the Fitness Center at Grissom Air Reserve Base in Indiana, with a solicitation number of F5D3125016A001, dated 22 April 2025. It includes clarification on existing roof conditions, stating there is a single roof layer with a reflective coating and confirms the absence of asbestos based on recent analyses. Moreover, the document specifies that in-vehicle camera systems must be either disabled or covered while driving onto the base, applicable to all contractors and associated vehicles. This file serves the purpose of guiding contractors on compliance requirements and existing conditions for the repair project, emphasizing safety and regulatory adherence in a military environment.
    The document pertains to the Roof & Gutter Repair solicitation for the Lower Roof Section of the Fitness Center at Grissom Air Reserve Base in Indiana, with a response deadline of April 28, 2025. It provides critical information about the existing roof conditions based on historical documentation and core sample analysis conducted in December 2022, which indicates no asbestos presence. The document also specifies operational restrictions regarding camera systems in vehicles, mandating that such systems be either disabled or covered when vehicles pass through the main gate. This RFP reflects the federal government’s focus on construction maintenance and compliance within military installations, ensuring safety standards and regulatory adherence during the repair project.
    This solicitation outlines the requirements for a firm-fixed-price contract to provide construction services for the repair and replacement of roofing and guttering for a specified building. The project must be completed within a 365-day period with an initial performance period of 120 days. The procurement will be conducted electronically via SAM.gov, and offerors must adhere strictly to the solicitation requirements, including timely submission of inquiries by May 9, 2025. Proposals are to be submitted in three volumes: Contract Documents, Past Performance, and Price. Offerors must include necessary documentation such as a Joint Venture Agreement if partnered, past performance details highlighting relevant contracts, and a pricing breakdown for the specified work. It is critical that all proposals are complete and valid for 60 days. Importantly, the Government assumes no responsibility for proposal submission costs, ensuring that all participating vendors comply with outlined Federal Acquisition Regulations (FAR) and Department of Defense standards. This solicitation reflects a structured, rigorous approach to selecting contractors for construction services to ensure quality and compliance in government projects.
    The document outlines the evaluation factors for awarding a federal contract under the Tradeoff procedures as specified in FAR 15.101-1. The government aims to select a contractor capable of meeting its requirements at an affordable cost, emphasizing the importance of both past performance and price in proposals. A contract will be awarded to an offeror deemed responsible, whose proposals meet all requirements. The evaluation process includes a compliance review followed by a ranking of proposals based on price and past performance; past performance carries greater weight in the decision-making process. Proposals are also subjected to factors such as recentness and relevance of past performance, which will determine the offeror's confidence rating. The document establishes that if no offeror meets the 'Substantial Confidence' rating or if price assessments do not align with fair expectations, the government is not obligated to award a contract. The procedures aim to ensure that only responsible vendors are awarded contracts, maintaining compliance with federal regulations throughout the procurement process.
    The solicitation FA465425R0005 outlines the requirement for the repair and replacement of roofing and guttering at the Fitness Center located in Grissom Air Reserve Base, Indiana. The project involves demolishing the existing roof, protecting the current metal roofs, removing obsolete electric penetrations, and ensuring the disposal of materials. The intended repairs are crucial for maintaining the safety, structural integrity, and environmental conditions of the building, which is essential for its operational efficiency. The estimated cost for this project falls within the range of $100,000 to $250,000, and requires a 20% bid guarantee with proposals submitted. The timeline specifies that work must commence within a defined number of calendar days post-award, with an overall performance period outlined from June 16, 2025, to October 17, 2025. The solicitation specifies applicable NAICS codes and includes mandatory compliance with various construction wage rate requirements and regulations. Additionally, it notes that funding for the project is currently unavailable, allowing the government to cancel the solicitation at any stage if necessary. The document requires all offers to be marked with the appropriate details and specifies the procedures for bond requirements necessary upon award.
    The document pertains to federal and state procurement processes, specifically focusing on requests for proposals (RFPs) and grant applications. It outlines the necessary procedures and guidelines that applicants must follow when submitting proposals for government funding opportunities. The content highlights critical components such as eligibility requirements, submission deadlines, and evaluation criteria for applicants. Key ideas include the emphasis on transparency and fairness in the procurement process to ensure equal opportunity for all qualified entities. It underscores the importance of compliance with federal regulations, including the need for detailed project descriptions, budget justifications, and adherence to environmental standards. The document also discusses the role of public agencies in overseeing these funding opportunities, facilitating access for various stakeholders, and promoting accountability in the allocation of government resources. In summary, the document serves as a comprehensive guide for potential applicants seeking federal and state grants, ensuring they understand the expectations and requirements involved in the submission process. It reinforces the government's commitment to fostering competition and supporting diverse initiatives while maintaining regulatory compliance throughout the procurement cycle.
    Similar Opportunities
    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.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% 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. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.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 opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary 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 9, 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 Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.