ROOF INSPECTION, REPAIR AND MAINTENANCE
ID: W912C326BA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FORT BUCHANAN (RC)FORT BUCHANAN, PR, 00934-4572, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for roof inspection, repair, and maintenance services under Invitation for Bid (IFB) No. W912C326BA002. The project, which is a total small business set-aside, requires contractors to perform comprehensive roof inspections, provide detailed reports, and execute repairs or replacements on various roofing systems, including modified bitumen and metal roofs, while adhering to strict safety and environmental regulations. The estimated contract value ranges between $5 million and $10 million, with a bid bond guarantee of 20% required. Interested vendors must submit their bids by the specified deadline and ensure compliance with all solicitation amendments; for further inquiries, they can contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.

    Files
    Title
    Posted
    This government file outlines a comprehensive schedule of prices for roof repair, inspection, and maintenance, divided into a base option period and a first option period. The scope of work includes various roofing types such as concrete, corrugated metal, modified bitumen, and single-ply systems. Services encompass roof inspection surveys, as-built roof plans, asbestos material testing, and a wide array of repairs including blisters, cracks, and water ponding issues. Additionally, the file details the removal and installation of various roofing components like insulation, radiant barriers, flashing, gutters, downspouts, and expansion joints. Structural steel work, HVAC component replacement, and electrical wiring upgrades are also included, indicating a broad approach to facility maintenance and modernization.
    The provided document is a site map of Fort Buchanan, detailing existing conditions as of FY2023. It outlines the layout of various facilities, including administrative buildings, recreational areas, housing, and operational sites within the reservation boundaries. Key features include the Borinqueneers Gate, PX Store, Commissary, Fire Department Training Area, golf course, running track, and various sports fields (softball, basketball, tennis). The map also indicates the locations of specific organizations such as the Navy Reserve, National Guard, 1st MSC Army Reserve, DFMWR, MEDCOM, and DODEA. Infrastructure like water tanks, wind turbines, and substations are marked, alongside roads like Patriot Blvd, John Fitzgerald Kennedy Ave, and Franklin D. Roosevelt Ave. The map uses a legend to identify Garrison Buildings and other points of interest. This document serves as a comprehensive overview of the Fort Buchanan installation, highlighting its diverse functional and recreational zones.
    This document, "EXHIBIT # 1," provides a comprehensive list of facilities at Fort Buchanan and other associated sites, detailing each building's gross area and estimated roof area in square footage. The exhibit catalogs a wide array of structures, including administrative buildings, health clinics, power plants, access control facilities, water supply and treatment buildings, maintenance shops, recreational shelters, operational support centers, and various storage facilities. Also included are specialized buildings such as the Rodriguez Army Health Clinic, NAVY Operational Support Centers, USAR Centers, and dependent schools. The document serves as a detailed inventory, likely for purposes related to federal government RFPs, grants, or facility management, by providing essential spatial data for each listed structure.
    The U.S. Army Fort Buchanan in Puerto Rico has an Asbestos Operations and Maintenance (O&M) Plan to manage asbestos-containing building materials (ACBM) across its facilities. Developed by J.J. Sosa and Associates, Inc., the plan aims to protect occupants and workers from asbestos exposure. It outlines administrative procedures, including worker training (Class I-IV), respiratory protection, medical surveillance, and proper labeling of ACBM. The plan mandates periodic surveillance every six months and full re-inspections every three years. A work permit program ensures that all maintenance and renovation activities involving ACBM are authorized and conducted safely, with specific work practices detailed for various asbestos-related tasks. The Asbestos Program Manager (APM) oversees the program, ensuring compliance with federal, state, and DOD regulations and maintaining comprehensive records.
    The Lead-based Paint Operations and Maintenance Plan for Fort Buchanan, Puerto Rico, updated November 2019, outlines procedures to manage lead-based paint (LBP) in over 590 structures. Developed by J.J. Sosa & Associates, Inc. for the U.S. Army Corps of Engineers, the plan aims to protect occupants and workers from LBP exposure. It details administrative procedures covering worker training, exposure assessment, medical surveillance, notifications, periodic inspections, a work permit program, recordkeeping, personal protective equipment, waste disposal, LBP testing, and housekeeping. The plan also specifies specialized work practices for various LBP-related tasks, emphasizing compliance with federal and local regulations from HUD, EPA, OSHA, and the Puerto Rico Environmental Quality Board. Mr. Anibal Negron, Chief Environmental Division, is the Lead Program Manager responsible for its implementation.
    This document outlines a Request for Proposal (RFP) for roof inspection, repair, and maintenance services at Fort Buchanan Army Reserve Installation, Puerto Rico, and various associated facilities. The scope of work includes comprehensive roof inspections, detailed written reports, and subsequent repair or replacement of diverse roofing systems (e.g., modified bitumen, EPDM, built-up, metal, sprayed polyurethane foam). The project emphasizes adherence to strict government regulations for safety (OSHA, EM 385-1-1), environmental protection, waste management, and quality assurance. Contractors must comply with installation security procedures, personnel training requirements (AT Level 1, iWATCH, OPSEC), and specific operational hours. The RFP also details requirements for permits, incident reporting, storm protection, and warranty provisions for both partial repairs (3 years) and full system replacements (10 years). Incidental work on structural, drainage, plumbing, electrical, and HVAC components is also covered. The document stresses the importance of using recycled and environmentally friendly materials, with contractors required to submit various plans and reports, including environmental and safety plans, and quarterly procurement reports.
    This amendment to solicitation W912C326BA0020001 outlines changes and clarifications for roof repair, inspection, and maintenance services at Fort Buchanan, Puerto Rico. The key purpose of this amendment is to provide answers to vendor questions and correct grammatical errors in the Contract Line Item Number (CLIN) structure. Vendors are required to acknowledge and comply with these changes. Key clarifications include the necessity for contractors to perform core sampling and infrared inspections for subsurface moisture, but not to assume the presence of hazardous materials unless identified by the government. The amendment also states that roof square footage provided is estimated, and actual quantities will be verified post-award. Facility access coordination will be managed by the Government on a task order basis. Additionally, the description for various CLINs and option line items has been updated to reflect that the contractor 'shall provide' labor, materials, equipment, and supervision for the described services, reinforcing the contractual obligation.
    This government solicitation, W912C326BA002, issued by MICC-FORT BUCHANAN (RC), is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for roof inspection, repairs, and maintenance at Fort Buchanan, Puerto Rico. The project, titled "NEW ROOF INSPECTION, REPAIRS AND MAINTENANCE IDIQ," is a 100% Small Business Set-Aside with an estimated magnitude between $5,000,000 and $10,000,000. The work includes initial roof inspection surveys, written reports, roofing repair and/or replacement, warranty and as-built drawing documentation, and maintenance of existing concrete, corrugated metal, and PUF roofing systems. A bid guarantee of 20% of the bid price and a narrative of experience are required. The contract has a base period and four option periods, with a guaranteed minimum amount issued via the first task order. Performance and payment bonds are required per FAR 52.228-15. The solicitation outlines specific clauses for performance, payment, inspection, and acceptance, including the use of Wide Area WorkFlow (WAWF) for electronic invoicing. A key clause requires the Contractor to employ Puerto Rico residents for work performed there.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    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.
    Engineering Technician Services
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is conducting market research to identify sources capable of providing Engineering Technician Support Personnel Services. The requirement involves non-personal services to support the Directorate of Public Works (DPW) at Fort Buchanan, necessitating qualified personnel, management, and supervision. Interested parties are encouraged to submit a capabilities statement and relevant information by January 26, 2026, at 10:00 am Atlantic Standard Time, to Aheisha Crooks via email at aheisha.m.crooks.civ@army.mil. This opportunity is categorized under NAICS code 541330, with a small business size standard of $25,500,000, and the anticipated contract type is Firm-Fixed Price, expected to be awarded in June 2026.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves roof repairs and is open exclusively to a pre-approved list of six Roofing MACC Contractors, with an estimated contract value between $1,000,000 and $5,000,000. The successful contractor will be required to complete the work within 450 days of award, adhering to strict safety and administrative protocols, and will face liquidated damages of $800 per calendar day for delays. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Roofing Repair, and Replacement Follow-on (R3F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Roofing Repair and Replacement Follow-On (R3F) project, which involves commercial roof replacement, repair, and inspection services at various installations across the Continental United States and Alaska. The procurement aims to address a range of roofing needs, including low-slope, steep slope, and metal roofs, while also encompassing associated components such as thermal insulation and drainage systems, with incidental construction activities allowed under certain conditions. This opportunity is significant for maintaining the integrity of military facilities and ensuring compliance with safety and regulatory standards. The contract, valued at up to $450 million, is a 100% Small Business Set-Aside with an 8(a) reserve for projects under $250,000, and the formal solicitation is expected to be posted on SAM.gov around January 17, 2026, with proposals due by February 14, 2026. Interested parties can contact Neil E. Amrstrong at neil.armstrong.1@us.af.mil or Tier Blanco at tier.blanco@us.af.mil for further information.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    INDEFINITE DELIVERY INDEFINITE QUANTITY MAINTENANCE CONSTRUCTION CONTRACT FOR ROOFING PRIMARILY FOR GOVERNMENT INSTALLATIONS AT PUBLIC WORKS DEPARTMENT PENNSYLVANIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) maintenance construction contract focused on roofing services primarily for government installations in Pennsylvania. The contract encompasses roof repair, replacement, and various maintenance tasks at three key sites: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for ensuring the integrity and safety of government facilities, addressing issues such as deteriorating roofing systems and compliance with safety regulations. Interested small businesses must submit their bids electronically via the PIEE Solicitation Module by February 10, 2026, with a bid guarantee required and performance/payment bonds for task orders exceeding $150,000. For further inquiries, contact Brittany Cristelli at brittany.cristelli@navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Roof Requirement 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Sources Sought announcement regarding the "Roof Requirement 2026" project at Fort Leavenworth, Kansas. The objective is to identify potential sources capable of providing roofing repair and replacement services for various buildings on the installation, which includes both historic and non-historic structures. The work encompasses the removal and disposal of existing roofing systems, installation of new roofing, and associated repairs to gutters, fascia, and other elements, adhering to strict regulatory standards. Interested parties should submit their qualifications and relevant experience to Felipe D. Zaragoza at usarmy.leavenworth.acc-micc.mbx.construction@army.mil, with an estimated contract value between $5 million and $10 million for a base year plus two option years.
    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 roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    DLA: Roof Repairs Buildings 147 and 148
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs and structural modifications at Buildings 147 and 148 located at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses comprehensive structural repairs, roof system replacements, and exterior wall repairs, specifically targeting various bays within the buildings, with a total estimated cost between $10 million and $25 million. This procurement is critical for maintaining the integrity and safety of the facilities, which will remain occupied during the work. Interested small businesses must submit proposals by January 16, 2026, and acknowledge the recent amendment extending the Request for Information deadline to December 29, 2025. For further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or call 910-939-9848.