Repair LRS Hazmat Roof, B155
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, specifically the 14 CONS LGCA office, is conducting a Sources Sought to identify capable Total Small Businesses for the design and replacement of the LRS Hazmat Roof at Building 155 (B155), located at Columbus Air Force Base, MS. This market research aims to gather information for a potential firm-fixed price construction contract. Responses are due by May 6, 2026, at 1:00 PM CST.
Scope of Work
The project requires the contractor to provide all plant, labor, equipment, transportation, and tools for the complete design and replacement of the roof of B155, a hazardous materials warehouse. This includes replacing the overhangs covering the exhaust louver on the rear and the entrance/roll-up door on the front. The primary objective is to eliminate all weather-borne water leaks and ensure the new roof is free from ponding and meets ASHRAE zoning requirements. The new roof system must be a TPO single-ply membrane. Work encompasses demolition of existing roof components down to the deck, insulation, gutter system with downspouts, roof curbing, and roof coping. The period of performance is 180 days.
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238160 (Construction of buildings and dwellings)
- Size Standard: $19,000,000
- Magnitude of Project: Between $250,000 and $500,000
- Response Due: May 6, 2026, 1:00 PM CST
- Published Date: April 21, 2026
Required Information for Response
Respondents must provide:
- Business Name, CAGE Code, and SAM expiration date
- Point of contact (name, email, phone)
- Business size and socio-economic categories (e.g., HUBZone, 8(a), SDVOSB, WOSB, EDWOSB)
- Previous experience on similar projects
- Percentage of work the company can perform and details on any subcontracting small businesses, referencing relevant FAR clauses.
Important Notes
This is not a solicitation or contract; a separate solicitation may be issued later. No reimbursement will be provided for response costs. Funds are not currently available for this contract, and the government's obligation is contingent upon appropriated funds.
Points of Contact
- Primary: A1C Oscar Gonzalez (oscar.gonzalez_gonzalez.1@us.af.mil)
- Secondary: Willie Common (willie.common.1@us.af.mil, 662-434-7780)