Repair MAF Roofs
SOL #: FA462626R0002Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4626 341 CONS LGC
MALMSTROM AFB, MT, 59402-6863, United States
Place of Performance
Malmstrom AFB, MT
NAICS
Roofing Contractors (238160)
PSC
Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Dec 17, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 5, 2026, 9:00 PM
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 proposals for Repair MAF Roofs at Malmstrom AFB, MT. This project involves the demolition and replacement of existing roofing systems, including dormers, soffits, fascia, gutters, and downspouts, at six Missile Alert Facilities (MAFs). This is a Total Small Business Set-Aside with an estimated magnitude between $500,000.00 and $1,000,000.00. Proposals are due February 5, 2026, by 2:00 PM MST.
Scope of Work
The work consists of comprehensive roofing system replacement at buildings C-01, F-01, H-01, I-01, J-01, and L-01. Key tasks include:
- Demolition of existing asphalt shingle roofing systems, underlayment, ice and water shield, gutters, soffit, fascia, and all associated flashings, trim, and fasteners.
- Demolition of existing dormers and repair of roof decking.
- Installation of new asphalt shingle roofing systems (e.g., GAF Timberline HDZ or approved equal), new soffit, fascia, gutters, and downspouts.
- Adherence to specific technical specifications, OSHA standards, safety regulations, environmental protection, and strict site security procedures.
- The performance period is 21 calendar days per site, with an overall project performance period of 126 calendar days after notice to proceed.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 238160 (Small Business Size Standard: $19,000,000.00)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Estimated Magnitude: $500,000.00 - $1,000,000.00
- Bonds: Performance and Payment Bonds are required. A bid bond (SF 24) for 20% of the bid price or $200,000.00 (whichever is less) is also required.
- Funds: Presently available.
Submission & Evaluation
- Proposal Due Date: February 5, 2026, by 2:00 PM MST.
- Submission: Electronic submission in PDF format. Proposals must be organized into Section I (Past Performance) and Section II (Price/Required Documentation).
- Evaluation Factors: Proposals will be evaluated on Past Performance (significantly more important) and Price. A 10% price preference applies to HUBZone small business concerns.
- Past Performance: "Recent" projects are within the last five years; "Relevant" projects have identical scope and are valued at $350,000.00 or more. Offerors must provide up to five references using the Past Performance Reference Sheet (Attachment 7).
- Wage Determinations: Updated Wage Determinations (MT20260040, MT20260058, MT20260062) published January 1, 2026, are applicable and must be considered for labor costs.
- Site Visit: A site visit was held on January 7, 2026. Offerors requiring access to a federal installation must submit a Contractor Entry Authorization List (CEAL).
Contact Information
- Primary: Branden Lawson (branden.lawson@us.af.mil, 406-731-4353)
- Secondary: Cody Babinecz (cody.babinecz@us.af.mil, 406-731-4608)
People
Points of Contact
Branden LawsonPRIMARY
Cody BabineczSECONDARY