Loading...
FA461326B0001
Response Deadline
Apr 15, 2026, 10:00 PM(MDT)6 days
Eligibility
Contract Type
Presolicitation
Some areas edited as of 9 April 2026.
This is a Pre-Solicitation Notice:
The Government currently plans to issue solicitation number FA461326B0001, PKAA PVC Roofs (Construction) for F. E. Warren AFB, WY. This acquisition is a 100% small business under NAICS code 238160 Roof Contractors, with a size standard of $19.0 million.
Roof type 1 (BLDS 1284, 325, 332, 1164, 1292) requires a fully adhered membrane roof system that provides an edge to edge, no dollar limit warranty and must be able to withstand a 3" diameter hail stone, 120 MPH minimum winds and a 20-year warranty period. Additionally, it includes demo of existing PVC down to the roof deck and include prefinished metal copings, where required, flashings, class 1 vapor barrier, fully adhered PVC membrane, 2 layers of mechanically fastened, 2.6" polyisocyanurate rigid insulation, 5/8" thick high-density gypsum, fully adhered, fasteners, adhesives, roof drains and metal roof drain covers. Total weight cannot exceed 4PSF. Roof type 2 (BLD 34) requires a fully adhered membrane roof system that provides an edge to edge, NO dollar limit warranty and must be able to withstand a 2" diameter hail stone, 120 MPH minimum winds and a 20-year warranty period. Additionally, it includes demo of existing PVC down to the roof deck and includes prefinished metal copings, where required, flashings, class 1 vapor barrier, fully adhered PVC membrane, 2 layers of mechanically fastened, 2.6" polyisocyanurate rigid insulation, 1/4" thick high-density gypsum, fully adhered, fasteners, adhesives, roof drains and metal roof drain covers. Total weight cannot exceed 2.81PSF. BLD 1164 also requires a lightning protection engineer to verify the existing lightning protection system is in working order and code compliant. All minor items of work that are manifestly necessary or customary shall be performed as if fully set forth and described in the Drawings and in the Specifications.
The magnitude for this acquisition is between $8,000,000.00 and $13,000,000.00. The contractor shall abide by all local, state, and federal EPA guidelines and regulations during the performance of the awarded contract. In accordance with Department of Defense (DoD) policy, all contractors must be registered in System for Award Management (SAM), https://www.sam.gov, to be eligible to receive an award. Additionally, all contractors, in accordance with Provision DFARS 252.204-7025, will need to hold a level 2 CMMC rating to be eligible for award.
It is anticipated that the Invitation for Bid (IFB) will be issued on or about 15 April 20026 and will be posted on the Government-wide Point of Entry (GPE) at https://www.sam.gov.
Foreign participation IS NOT PERMITTED at the prime contractor level in this acquisition. This restriction is necessary for reasons of national security. Subcontracting to foreign firms may be permitted subject to U.S. law, regulation, and the terms of this solicitation, including requirements for the control of export-controlled technical data.
All responsible sources may submit a bid which will be considered by the agency in accordance with solicaiton and sealed bid procedures.
This solicitation will be available via internet only, meaning solicitation documents will not be available by any other means. Questions shall be submitted in writing and directed to:
Andrea McCurry, Contract Administrator: andrea.mccurry@us.af.mil; and Mr. Arthur Makekau, Contracting Officer: arthur.makekau@us.af.mil
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE GLOBAL STRIKE COMMAND
FA4613 90 CONS PK
FA4613 90 CONS PK
ADMIN ONLY NO REQTN CP 307 773 3888
7505 BARNES LOOP BLDG 208
FE WARREN AFB, WY, 82005-2860
NAICS
Roofing Contractors
PSC
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)