ContractSolicitationHUBZone Set Aside

Roof Replacement B2009

DEPT OF DEFENSE W911SG25BA044
Response Deadline
Aug 29, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
HUBZone Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Bliss, Texas, is soliciting bids for the Roof Replacement project at Building 2009. The project entails the complete removal and replacement of the existing shingle roof with Berridge Victorian metal shingles, along with necessary repairs to the structural decking and rafters, chimney repointing, and compliance with lead-based paint and asbestos abatement protocols. This procurement is a 100% HUBZone set-aside, with an estimated contract value between $100,000 and $250,000, and a performance period of 90 calendar days following the Notice to Proceed. Interested contractors must submit their bids by 11:00 AM on August 29, 2025, and can direct inquiries to Saul Luna at saul.o.luna.civ@army.mil or Joreen M. Christian at joreenarie.christian.mil@army.mil.

Classification Codes

NAICS Code
238160
Roofing Contractors
PSC Code
Z2AA
REPAIR OR ALTERATION OF OFFICE BUILDINGS

Solicitation Documents

24 Files
Solicitation Amendment W911SG25BA0440001 SF 30 (1).pdf
PDF3350 KBAug 4, 2025
AI Summary
The document outlines the amendment of a solicitation for a roof repair project at Building 2009, Fort Bliss, TX, designated as Invitation for Bids (IFB) W911SG25BA044. The amendment modifies submission instructions, extending the deadline for offers to 10:00 AM MST on 29 August 2025. It specifies that the bid is set-aside for HUBZone, underscores the importance of acknowledging the amendment in submissions, and emphasizes attendance at a pre-bid conference on 6 August 2025. Bids must be submitted in a specified format, including a cover sheet, signed SF 1442, bid bond guarantee, and digitally signed drawings. The document stresses the need for compliance with Federal Acquisition Regulation (FAR) and mandates bidders to register with the System for Award Management (SAM). It establishes protocols for bid delivery, noting that electronic submissions are unauthorized. The amendment serves to clarify requirements and deadlines for interested contractors, ensuring transparency and adherence to federal contracting standards during the bidding process for the roof repair project. Overall, it aims to foster an efficient and compliant bidding environment necessary for the government’s contracting needs.
Solicitation W911SG25BA044 Amendment 0003.pdf
PDF5859 KBAug 4, 2025
AI Summary
The document outlines a solicitation for bids to replace the roof of Building 2009 at Fort Bliss, Texas, involving a mandatory bid guarantee and performance bonds. It is a competitive set-aside solicitation for HUBZone small businesses, with an estimated construction cost ranging from $100,000 to $250,000. The contractor must start work within 60 calendar days of the award, performing all tasks under specified requirements and guidelines while ensuring adherence to safety, environmental, and historical property regulations. The contractor is required to provide a qualified superintendent present at all times during construction and to follow protocols for addressing hazardous materials like asbestos and lead. Emphasis is placed on quality control and safety management throughout the project, mandating preconstruction meetings and careful planning to protect historic structures and natural resources. The project is expected to be completed in 90 days following the notice to proceed, aligning with strict government guidelines and codes to foster compliance and effective project execution. The document serves as a formal request for proposals within federal and state regulatory frameworks for construction projects.
Solicitation W911SG25BA044 Amendment 0002 SF30.pdf
PDF5671 KBAug 4, 2025
AI Summary
This document serves as an amendment to a solicitation for government offers, specifying changes regarding the submission timeline and contract modifications. It indicates that the deadline for receipt of offers may be extended or not, with instructions for acknowledging the amendment. Offerors must explicitly acknowledge receipt before the deadline through various methods, failing which their offers may be rejected. If changes to previously submitted offers are necessary, they can be made via written or electronic communication, referencing the relevant solicitation. Furthermore, the document outlines procedures for modifying existing contracts, detailing the required administrative changes and specifying signer details. The content is strictly procedural, emphasizing compliance with the amendment instructions to ensure continued engagement with the solicitation process. The amendment includes a change in bid submission time, adjusting it from 10:00 AM to 11:00 AM due to a conflict with another requirement. Overall, this document emphasizes meticulous adherence to deadlines and communication protocols essential in government contracting.
Solicitation Amendment - W911SG25BA0440001.pdf
PDF5851 KBAug 4, 2025
AI Summary
The document outlines the solicitation for construction services involving the replacement of the roof on Building 2009 at Fort Bliss, Texas. The procurement is classified as an Invitation for Bids (IFB) specifically targeting HubZone small businesses, with an estimated construction cost between $100,000 and $250,000. Key requirements include performance and payment bonds, along with a need for a full-staffed onsite superintendent to ensure compliance with historical preservation and safety standards throughout the project. Contractors must also address hazardous materials, including asbestos and lead-based paint, in their work processes and adhere to historical building standards set by the Cultural Resource Manager. The project scope includes significant demolition and renovations, while maintaining existing structural integrity and aesthetic features. The timeline for project completion is set at 90 calendar days, starting from the issuance of a Notice to Proceed. Environmental regulations and standards for noise control, safety, and utilities usage are emphasized to minimize impact during construction. The document serves as a guideline for prospective bidders, detailing contractual obligations and the scope of work necessary for compliance with federal and state regulations, ensuring a high standard of construction while preserving historical significance.
Solicitation - W911SG25BA044.pdf
PDF5842 KBAug 4, 2025
AI Summary
The government solicitation pertains to the roof replacement project (Building B2009) at Fort Bliss, Texas. It invites bids from contractors, specifically targeting HUBZone small businesses, with an estimated construction cost between $100,000 to $250,000. The project requires the complete removal of the existing roof and replacement of damaged decking with new materials, including metal shingles. Contractors must comply with various guidelines, including environmental regulations concerning hazardous materials like asbestos and lead, as well as historical preservation standards. Essential personnel must be on-site throughout the project, as the work will take place over a period of 90 days after the Notice to Proceed. The bidding process requires sealed bids, performance, and payment bonds, adhering to specific solicitation requirements. Safety, quality control, and environmental considerations are critical elements of the project, with various mandatory inspections and approvals from the government's designated representatives. This initiative underscores the government's commitment to maintaining historical integrity and ensuring compliance with environmental and safety standards during construction undertakings.
Solicitation W911SG25BA044 Amendment 0002.pdf
PDF88428 KBAug 4, 2025
AI Summary
The document is an invitation for bids (IFB) for a construction project involving roof replacement at Fort Bliss, Texas. The solicitation number is W911SG25BA0440002, issued on July 29, 2025. This is a competitive set-aside for HUBZone small businesses, with a National Industry Classification System (NAICS) code of 238160 and a small business size standard of $19 million. The estimated construction cost ranges from $100,000 to $250,000, with bids due by August 29, 2025. The contractor must provide original bid guarantees and performance/payment bonds, and a superintendent is required on site during all project work. Offers must be sealed, clearly marked with the offeror's information, and submitted in accordance with specified guidelines. The structure includes specific timeline requirements for commencement and completion of work, detailing obligations around performance bonds and bid acceptance. The awarded contract will be a firm-fixed-price agreement, emphasizing the necessity for compliance with all work requirements and additional provisions stated in the solicitation. This bid invitation outlines government expectations to ensure transparency and accountability throughout the procurement process.
100_ Drawings of Bldg 2009 - Roofing replace (4-29-2025).pdf
PDF2494 KBAug 4, 2025
AI Summary
The document outlines a series of road maintenance and construction projects within Fort Bliss, specifically highlighting Sheridan Road, Reeder Road, Bliss Drive, and Lawrence Street in 2009. It appears to serve as a log or reference for the Department of Public Works (DPW), detailing the scope of work, marked entries, and corresponding dates for each road segment. Although the content is repetitive, it suggests ongoing maintenance activities aimed at infrastructure improvement within the military installation. The context indicates a focus on local infrastructure needs, likely in response to federal requirements for maintaining facilities and ensuring safe and accessible transportation routes. Overall, this file serves as a record of planned public works activities at Fort Bliss, demonstrating governmental commitment to infrastructure upkeep within the military context.
Solicitation W911SG25BA044 Amendment 0003 SF30.pdf
PDF3433 KBAug 4, 2025
AI Summary
This document outlines an amendment to a solicitation for the roof replacement project at Building 2009, Fort Bliss, Texas. The amendment extends the deadline for submitting offers and describes the responsibilities of contractors regarding acknowledgment of the amendment. It specifies the objectives, requirements, and environmental considerations for the project, detailing plans for roof demolition, decking replacement, and installation of new metal shingles. The document emphasizes compliance with historical preservation standards, safety regulations, and environmental protection laws, including management of hazardous materials such as lead and asbestos. It delineates the roles and qualifications necessary for key personnel, including the Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager. Furthermore, it outlines general guidelines for contractor operations, utility management, and the importance of maintaining a clean and safe work environment. The document serves the critical purpose of ensuring adherence to federal, state, and local regulations while facilitating efficient project execution focused on historic preservation and safety.
Wage Determination.pdf
PDF72 KBAug 4, 2025
AI Summary
The document outlines the wage determination for building construction projects within El Paso County, Texas, under the Davis-Bacon Act. It stipulates the minimum wage rates contractors must pay, linked to two specific Executive Orders: Executive Order 14026, effective for contracts entered on or after January 30, 2022, setting a minimum wage of $17.75, and Executive Order 13658, applicable to contracts awarded between January 1, 2015, and January 29, 2022, with a minimum wage of $13.30. Various trade classifications are provided, including Boilermaker, Electrician, and Plumber, along with their respective wage rates and fringe benefits. The document also includes guidelines for contractor compliance regarding worker protections, the appeals process for wage determinations, and necessary steps if unlisted job classifications arise. Furthermore, it emphasizes the requirement for contractors to provide paid sick leave under Executive Order 13706 for federal contracts awarded on or after January 1, 2017. Failure to comply with these wage rates and guidelines could result in significant legal implications for contractors engaged in federally funded construction projects. This wage determination serves to protect workers' rights and ensure fair compensation in the construction industry.
Bldg. 2009 Asbestos Survey.pdf
PDF6737 KBAug 4, 2025
AI Summary
The document is an asbestos survey report for Building 2009 at Fort Bliss, Texas, conducted on April 7, 2020, by Cherokee Nation Management and Consulting (CNMC). The survey aimed to identify asbestos-containing materials (ACM) in light of potential demolition or renovation plans. The inspection detected asbestos in black linoleum flooring, flooring materials, door caulking, and 9”x9” tiles, along with trace amounts in window glazing. The report recommends managing the identified ACM in place unless renovation or demolition is planned, in which case licensed asbestos abatement must be performed, adhering to Texas regulations and EPA guidelines. The structure, built in 1895, is a single-story masonry facility primarily covered in carpet, with non-detectable asbestos in several materials and moderate levels in specific areas. The report underscores the importance of addressing ACM appropriately to prevent health risks and comply with regulatory standards, highlighting that failure to do so could lead to environmental hazards. This detailed assessment and its recommendations are essential for ensuring safety and legal compliance in upcoming construction activities.
100_Updated_SOW_FY25_FE-10097-4J_Building 2009 Roof Replacement 06032025.pdf
PDF566 KBAug 4, 2025
AI Summary
The Statement of Work for the Roof Replacement at Building 2009, Fort Bliss, outlines the objectives, requirements, and regulations for the project. The goal is to entirely remove and replace the existing shingle roof, addressing up to 500 square feet of damaged decking with in-kind materials. Emphasis is placed on maintaining historical features, adhering to safety protocols, and managing hazardous materials, including identified asbestos and lead-based paint, necessitating licensed abatement services if disturbed. The project is projected to last 90 days post-Notice to Proceed (NTP) and includes compliance with local, state, and federal regulations, including cultural resource management. The document is structured into various parts, detailing work descriptions, general requirements, safety, quality control, and environmental considerations. Key personnel must fulfill specific experience and competency standards. A preconstruction conference is mandated, and all work must follow the International Code Council guidelines. This file serves as a crucial guideline for contractors aiming to secure government contracts, emphasizing safety, historical preservation, and environmental regulations essential for compliance in federal RFPs and grant applications.
Abstract of Offerors B2009.pdf
PDF593 KBSep 3, 2025
AI Summary
The document, an "ABSTRACT OF OFFERS - CONSTRUCTION" (Optional Form 1419), details the solicitation and offers received for the B2009 Roof Repair project for MICC - Fort Bliss. Solicitation number W911SG25BA044 was issued and opened on September 3, 2025. Joreen Christian, the certifying official, attested to opening and recording all offers. The government estimated the project cost at $72,600.00. One offer was received from C Ortiz Corp, with a 20% bid bond. The form specifies fields for additional offers and item descriptions, although only one offer was documented in this instance.
Sign In Site Visit B2009.pdf
PDF240 KBSep 3, 2025
AI Summary
No AI summary available for this file.
Solicitation W911SG25BA044 Amendment 0003.pdf
PDF5859 KBSep 3, 2025
AI Summary
This Invitation for Bids (IFB) outlines requirements for the "ROOF REPLACEMENT B2009" project at Fort Bliss, Texas. The project, a 100% competitive set-aside for HUBZone Small Businesses with an estimated magnitude of $100,000 to $250,000, involves removing and replacing the existing shingle roof system with Berridge Victorian metal shingles, repairing damaged decking and rafters, repointing the chimney, and addressing lead-based paint and asbestos-containing materials. The contractor must provide a superintendent, who is a key position and cannot be subcontracted. The contract will be Firm-Fixed-Price (FFP) with a 90-calendar-day performance period after notice to proceed. Strict adherence to safety, environmental, and quality control protocols, including daily cleanup and waste management, is mandatory. Key personnel (PM, Superintendent, SSHO, QCM) require specific experience and certifications, with the SSHO and QCM roles to be performed by the same individual unless project complexity dictates otherwise. All work must comply with federal, state, and local regulations, including historic preservation standards due to the building's historical significance.
Solicitation W911SG25BA044 Amendment 0003 SF30.pdf
PDF3433 KBSep 3, 2025
AI Summary
This government file outlines an amendment and modification process for solicitations and contracts, specifically detailing requirements for a roof replacement project at Building 2009, Fort Bliss. The project involves removing the existing shingle roof, replacing damaged decking, installing new metal shingles, and addressing historical preservation requirements due to the building's historical status. Key personnel, including Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager, are required with specific experience and certifications. The document emphasizes strict adherence to safety, environmental, and quality control regulations, including detailed procedures for hazardous material abatement (asbestos and lead-based paint), waste management, utility coordination, and permits. Compliance with federal, state, and local codes, as well as Army-specific regulations, is paramount throughout the project.
Solicitation W911SG25BA044 Amendment 0002.pdf
PDF88428 KBSep 3, 2025
AI Summary
The document is an Invitation for Bid (IFB) for a roof replacement project at Building 2009, Fort Bliss, Texas. The solicitation number is W911SG25BA0440002, issued on July 29, 2025. This is a 100% competitive set-aside for HUBZone Small Businesses, with a NAICS code of 238160 and a small business size standard of $19 million. The estimated construction magnitude is between $100,000 and $250,000. Bids are due by 11:00 AM on August 29, 2025, at MICC-Fort Bliss. A bid guarantee is required, and all bid bonds must be originals. Performance and payment bonds are also mandatory. The awarded contractor must provide a superintendent who works directly for the prime contractor, as this is considered a key position and cannot be subcontracted. The contract will be Firm-Fixed-Price (FFP).
Solicitation W911SG25BA044 Amendment 0002 SF30.pdf
PDF5671 KBSep 3, 2025
AI Summary
This document, Amendment of Solicitation/Modification of Contract (Standard Form 30), details changes to a federal government solicitation. Specifically, it extends the offer receipt deadline for solicitation number W911SG25BA044 from 10:00 AM to 11:00 AM on July 30, 2025, due to a conflict with another bid. The amendment outlines the methods for offerors to acknowledge receipt, such as returning signed copies, acknowledging on the offer, or sending a separate communication. Failure to acknowledge may result in rejection. It also specifies how offerors can modify previously submitted offers. The document further addresses contract modifications, including administrative changes and other types of agreements, and requires contractor signatures for certain modifications. All other terms and conditions of the original document remain in full force and effect.
Solicitation Amendment W911SG25BA0440001 SF 30 (1).pdf
PDF3350 KBSep 3, 2025
AI Summary
This document is an amendment to Invitation for Bids (IFB) W911SG25BA044, issued by MICC-Fort Bliss, regarding a 100% HUBZone set-aside contract for roof repair at Building 2009. The amendment primarily changes the pre-bid conference/site visit time from 09:00 AM to 10:00 AM MST on August 6, 2025. Bids are due by 10:00 AM MST on August 29, 2025, and must be submitted as hard copies to MICC-Fort Bliss, Room 220, 111 Pershing Rd, Fort Bliss, TX 79916. Electronic submissions are not accepted. The document details requirements for bid submission, including specific tabs for cover sheets, SF 1442, pricing, bonding information, subcontractor lists, and digitally signed drawings. All questions must be submitted in writing by August 12, 2025, at 04:00 PM MST. Bidders must be registered in the System for Award Management (SAM) with the applicable NAICS code to be considered responsive.
Solicitation Amendment - W911SG25BA0440001.pdf
PDF5851 KBSep 3, 2025
AI Summary
This document is an Invitation for Bids (IFB) for a roof replacement project on Building 2009 at Fort Bliss, Texas. The project, estimated between $100,000 and $250,000, is a 100% competitive set-aside for HUBZone small businesses under NAICS 238160. It requires the complete removal and replacement of the existing shingle roof with new Berridge Victorian metal shingles, including structural deck reinforcement and chimney repointing. The project specifies a mandatory 90-calendar day performance period after the Notice to Proceed and requires a bid guarantee, performance, and payment bonds. The building is historical, necessitating adherence to preservation standards, including material and paint color approval by the Cultural Resource Manager. The contractor must provide a superintendent, who is considered a key position and cannot be subcontracted. The document also outlines comprehensive requirements for safety, quality control, environmental compliance (including asbestos and lead-based paint abatement), and key personnel qualifications, emphasizing adherence to federal, state, and local regulations.
100_Updated_SOW_FY25_FE-10097-4J_Building 2009 Roof Replacement 06032025.pdf
PDF566 KBSep 3, 2025
AI Summary
This government Statement of Work (SOW) outlines the roof replacement project for Building 2009 at Fort Bliss, Texas. The project involves demolishing the existing shingle roof, replacing damaged structural deck sections, and installing a new Berridge Victorian metal shingle system with 120 mph wind speed coverage. The building is historical, requiring adherence to specific preservation standards, including material and paint color approvals from the Cultural Resource Manager. The period of performance is 90 calendar days. The SOW details general requirements, including key personnel (PM, Superintendent, SSHO, QCM), utility coordination, work hours, environmental compliance (including asbestos and lead-based paint abatement), safety protocols, and quality control procedures. The facility will be unoccupied during construction. The project emphasizes strict adherence to federal, state, and local regulations, including those for hazardous materials and historical preservation.
Solicitation - W911SG25BA044.pdf
PDF5842 KBSep 3, 2025
AI Summary
This Invitation for Bids (IFB) outlines requirements for the "Roof Replacement B2009" project at Fort Bliss, Texas. Key aspects include replacing the existing shingle roof system with Berridge Victorian metal shingles, repairing damaged decking and rafters, repointing the chimney, and painting exterior wood components. Asbestos and lead-based paint abatement are required. The project is a 100% competitive set-aside for HUBZone Small Businesses, with an estimated cost between $100,000 and $250,000. Performance is required within 90 calendar days of receiving the Notice to Proceed. The contractor must provide a superintendent and adhere to strict safety, quality control, and environmental regulations, including proper disposal of hazardous materials and waste. The facility will be unoccupied during construction. All work must comply with federal, state, and local codes, including historical preservation standards due to the building's historical significance.
100_ Drawings of Bldg 2009 - Roofing replace (4-29-2025).pdf
PDF2494 KBSep 3, 2025
AI Summary
The document lists various roads and locations, including MEIGGS, SHERIDAN ROAD, REEDER ROAD, PERSHING ROAD, SLATER ROAD, BLISS DR., LAWRENCE STREET, and CASSIDY ROAD, associated with FORT BLISS and dated 2009. The repeated entries for 'DESCRIPTION,' 'MARK,' 'DATE,' and 'DPW' suggest a standardized format for cataloging or surveying these locations, likely for infrastructure projects or general record-keeping within the Department of Public Works (DPW) at Fort Bliss. The repetition of 'N' implies a directional or positional notation. The file appears to be a basic inventory or mapping document, potentially part of a larger federal government Request for Proposal (RFP) or grant application related to infrastructure maintenance or development at Fort Bliss.
Bldg. 2009 Asbestos Survey.pdf
PDF6737 KBSep 3, 2025
AI Summary
The Asbestos Survey Report for Fort Bliss Building 2009, dated April 7, 2020, details an inspection conducted by Cherokee Nation Management and Consulting (CNMC) to identify asbestos-containing materials (ACM) prior to planned demolition or renovation. The survey, performed in accordance with Texas Asbestos Health Protection Rules (TAHPR) and EPA guidelines, identified regulated quantities of asbestos in black linoleum flooring, general flooring material, door caulking, and black 9"x9" tile. Trace amounts were also found in window glazing. The report recommends managing asbestos in place if no renovation or demolition occurs, including repairs, protection, and monitoring. For planned disturbances, removal by licensed personnel following TDSHS rules is advised, with air monitoring required regardless of project size. The building, constructed in 1895, is a single-story stone masonry structure.
Wage Determination.pdf
PDF72 KBSep 3, 2025
AI Summary
The document,

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 29, 2025
amendedAmendment #1Jul 30, 2025
amendedAmendment #2Aug 4, 2025
amendedAmendment #3· Description UpdatedAug 6, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineAug 29, 2025
expiryArchive DateSep 13, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT BLISS

Point of Contact

Name
Saul Luna

Place of Performance

Fort Bliss, Texas, UNITED STATES

Official Sources