PKAA PVC Roofs (Construction)
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 has issued a Pre-Solicitation Notice for PVC Roofs (Construction) at F. E. Warren Air Force Base, Wyoming. This acquisition, designated as a 100% Total Small Business Set-Aside, is for solicitation number FA461326B0001 and has an estimated magnitude between $10,000,000.00 and $25,000,000.00. A Level 2 CMMC rating will be required for award eligibility. The Request for Proposal (RFP) is anticipated to be issued on or about April 15, 2026.
Scope of Work
The project involves the demolition of existing PVC roofs down to the deck and installation of new fully adhered membrane roof systems for multiple buildings. Two primary roof types are specified:
- Roof Type 1 (BLDS 1284, 325, 332, 1164, 1292): Requires an edge-to-edge, no dollar limit warranty, capable of withstanding 3-inch diameter hail and 120 MPH winds, with a 20-year warranty. Installation includes prefinished metal copings, flashings, Class 1 vapor barrier, fully adhered PVC membrane, two layers of mechanically fastened 2.6-inch polyisocyanurate rigid insulation, 5/8-inch thick high-density gypsum, fasteners, adhesives, roof drains, and metal covers. Total weight cannot exceed 4 pounds per square foot (PSF).
- Roof Type 2 (BLD 34): Requires an edge-to-edge, no dollar limit warranty, capable of withstanding 2-inch diameter hail and 120 MPH winds, with a 20-year warranty. Installation includes prefinished metal copings, flashings, Class 1 vapor barrier, fully adhered PVC membrane, two layers of mechanically fastened 2.6-inch polyisocyanurate rigid insulation, 1/4-inch thick high-density gypsum, fasteners, adhesives, roof drains, and metal covers. Total weight cannot exceed 2.81 PSF.
Additionally, BLD 1164 requires a lightning protection engineer to verify the existing system's working order and code compliance. All work must adhere to local, state, and federal EPA guidelines and regulations.
Contract & Timeline
- Type: Pre-Solicitation (for future Firm Fixed-Price contract)
- Solicitation Number: FA461326B0001
- Set-Aside: Total Small Business (NAICS 238160, size standard $19.0 million)
- Magnitude: Between $10,000,000.00 and $25,000,000.00
- Anticipated RFP Release: On or about April 15, 2026
- Published: March 25, 2026
Key Requirements
- Contractors must be registered in SAM.gov.
- A Level 2 CMMC rating is required for award eligibility.
Contact Information
Questions regarding this pre-solicitation should be submitted in writing to:
- Andrea McCurry, Contract Administrator: andrea.mccurry@us.af.mil
- Mr. Arthur Makekau, Contracting Officer: arthur.makekau@us.af.mil