FTQW261103 Repair DFAC Roof
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 soliciting bids for the Repair of the Dining Facility (DFAC) Roof (Building 2207) at Eielson Air Force Base, Alaska. This project involves the demolition and replacement of the existing roofing system with a new Polyvinyl Chloride (PVC) system. This is a Total Small Business Set-Aside opportunity with an estimated value between $1,000,000 and $5,000,000. Bids are due by April 21, 2026, at 02:00 PM AKDT.
Scope of Work
The requirement is for the complete removal and disposal of the existing roofing system and metal copings, followed by the installation of a new PVC roofing system. This includes:
- Procurement of all necessary resources, including labor, materials, tools, and permits.
- Installation of a new PVC roofing system (minimum 60 mil thickness, dark gray, internally reinforced).
- Replacement of roof drains, scuppers, and pipe/conduit penetrations.
- Installation of a vapor barrier (minimum 31 mils), R-40 polyisocyanurate (ISO) or polystyrene insulation board, and a 1/2-inch glass mat gypsum insulation cover board.
- Installation of two-way air pressure breather vents (minimum 1 per 1000 SFT) and a PVC walk.
- Replacement of metal copings at parapet walls.
- Compliance with UFC 3-301-01 for 110 MPH wind speed.
- The building will remain occupied during the reroofing project, and there are no noise restraints. Lower roof decks are included in the scope.
Contract Details
- Contract Type: Firm Fixed Price
- NAICS Code: 238160 (Small Business Size Standard: $19M)
- Set-Aside: Total Small Business Set-Aside
- Magnitude: Between $1,000,000.00 and $5,000,000.00
- Period of Performance: 10 calendar days to commence after award, with completion within 119 calendar days.
- Warranty: A 20-year, no dollar limit (NDL) manufacturer's warranty for materials and installation workmanship is required. A 2-year installer's warranty for workmanship is also required. The requirement for incidental/consequential interior damages in the manufacturer's warranty has been removed.
- Bonds: Payment and Performance bonds are required in accordance with FAR 28.102. A bid guarantee (20% of bid price or $3,000,000, whichever is less) is also required.
Key Dates & Submission
- Site Visit: March 26, 2026, at 10:00 AM AKDT. Meet at B2258 3rd floor CONS conference room, Eielson AFB. RSVP by 8:00 AM AKDT on March 26, 2026, to 354CONS.PKA.MonitorConstruction@us.af.mil.
- Questions Due: March 31, 2026, at 01:00 PM AKDT. Answers will be provided via amendment on SAM.gov.
- Bids Due: April 21, 2026, at 02:00 PM AKDT.
- Submission Method: Electronic bids ONLY, submitted via email to both Christopher Blackburn and Ryan Smith at 354CONS.PKA.MonitorConstruction@us.af.mil.
- Bid Opening: Join via Teams link provided in the solicitation.
- Offer Acceptance Period: Minimum 90 calendar days.
Evaluation
Award will be based on price and price-related factors to the lowest bid found to be responsive and responsible.
Additional Notes
A Financial Institution Reference Sheet is required to determine contractor responsibility and must be submitted by the bid due date. The updated Statement of Work and Specifications, along with a Q&A sheet, were issued via amendment on April 3, 2026, clarifying scope details such as the removal of the interior damage waiver from the warranty and the required scrim thread pattern.