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 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.

    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.
    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 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
    Ft. Buchanan Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey for the construction of a microgrid at Fort Buchanan, Puerto Rico. This project involves the design and installation of a microgrid system featuring twelve 570 KW diesel generators, a battery energy storage system, and various supporting infrastructure, aimed at enhancing energy resilience and operational continuity. The estimated contract duration is approximately 1,141 calendar days, with a projected cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their responses by December 8, 2025, at 2:00 PM Eastern Time, to Henry Caldera at henry.c.caldera@usace.army.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    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.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    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.
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    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.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorado and Toa Baja, Puerto Rico.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Rio Del La Plata Flood Control Project, specifically for Supplemental Contract 1 in Toa Baja and Dorado, Puerto Rico. This project aims to protect local communities from frequent flooding by constructing major features such as levees, channel widening, and culvert structures, along with various minor drainage management features. The estimated construction cost ranges from $250 million to $500 million, with a performance period of approximately 1,619 calendar days from the Notice to Proceed. Interested vendors should contact Jaclyn Yocum or Meranda Booth for further details, and proposals will be due around March 20, 2026, following the solicitation release on December 22, 2025.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    USPFO Hazardous Material Building Repair
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals from qualified contractors for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project includes tasks such as the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and the replacement of hazardous material signage, all of which must comply with federal and territorial building codes. This opportunity is particularly significant as it involves a total estimated award amount of $45,000,000 and is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB). Interested contractors should contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868 for further details, and all work must be completed within 90 calendar days of the Notice to Proceed.
    IDIQ for Roofing in the PWD Pennsylvania AOR
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide roofing repair and replacement services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for various sites in Pennsylvania. The contract will encompass comprehensive roofing maintenance, including hazmat testing and remediation, at three specific Navy locations: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for maintaining the integrity and safety of Navy facilities, with an estimated contract value between $10 million and $25 million over a five-year period, including a minimum guarantee of $5,000 for the initial task order. Interested contractors must register in the System for Award Management (SAM) and can expect the Invitation for Bid to be issued around December 12, 2025; inquiries should be directed to Brittany Cristelli at brittany.cristelli@navy.mil.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.