B1130 ROOF REPLACEMENT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting a Sources Sought for a Design-Build (DB) contract to execute a complete roof replacement for Section A of Building 1130 at Shaw AFB, Sumter, SC. This notice is for market research and planning purposes only to identify potential sources. Responses are due March 13, 2026, at 4:00 PM EST.
Scope of Work
The contractor shall provide all design, engineering, labor, materials, equipment, and supervision for a comprehensive roof replacement. Key tasks include:
- Demolition: Complete removal of the existing roofing system down to the structural concrete deck, including the elevator shaft roof and existing penthouse roof access.
- Deck Repair: Repair spalls and cracks on the concrete deck, prepare with new air & vapor barrier and insulation.
- Main Roof System: Design and install a new, fully compliant, Single Sloped Hydrostatic Standing Seam Metal Roofing (SSMR) hugger system, incorporating adequate slope for positive drainage. The SSMR must be 24-gauge, G-90 galvanized steel with Kynar 500 finish, and achieve a minimum R-38 insulation value. A 20-year, single-source, No-Dollar-Limit (NDL) manufacturer's warranty is required.
- Elevator Shaft Roof: Design and install a new, 2-ply, cold-applied SBS Modified Bitumen roofing system with new insulation, drained via new scuppers onto the main SSMR.
- Drainage System: Engineer and execute a comprehensive redesign of the drainage system, demolishing 25 existing internal drains and incorporating a new external system at the back of the building, designed to handle a 100-year storm event.
- Ancillary Work: Remove and replace metal coping, extend existing vents/curbs/ducts, install a new Horizontal Lifeline System/Fall Protection System.
- Compliance: All work must comply with Unified Facilities Criteria (UFC) 3-110-03 Roofing, the Shaw AFB Design and Construction Guide, and attached specifications.
- Operational Impact: Work must minimize operational impact on the 24/7 mission-critical B1130 facility.
Submission Requirements
Interested vendors must submit:
- Company name, address, point of contact (name, email, phone)
- CAGE code and UEI
- Applicable NAICS codes
- Capabilities Statement
- Description of ability to fulfill listed requirements
- Indication of ability to perform at Shaw AFB
Key Documents
Bidders should review the following attachments for detailed requirements:
- SOW VLSB 26-0069.pdf: Outlines the detailed scope, performance standards, and special requirements.
- Attachment 03 - Shaw AFB Design Constr.pdf: Comprehensive guide for all design and construction activities at Shaw AFB.
- Attachment 09 - UFC_3-110-03.pdf: Design criteria and guidance for military roofing projects.
- Attachment 01 - CAR B1130-HQ_AF.pdf and Attachment 02 - Bldg 1130 I.R Scan Report.pdf: Provide detailed condition assessments of the existing roof.
- Attachment 07 - FOR CONSTRUCTION - Drawings Volume 2 Shaw AFB B1130.pdf: Detailed construction drawings.
- Attachment 08 - Modified Bituminous Roof System Specification.pdf: Specifications for the Modified Bituminous Membrane Roofing system.
- Contract Environmental Provisions.pdf: Environmental requirements for contractors at Shaw AFB.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Product Service Code: Z2AZ (Repair Or Alteration Of Other Administrative Facilities And Service Buildings)
- Set-Aside: None specified
- Response Due: March 13, 2026, 4:00 PM EST
- Published: March 6, 2026
Additional Notes
This is solely for information and planning purposes and does not constitute a solicitation or commitment to award a contract. The Government will not reimburse any costs incurred for responses.