Roof Requirement 2026
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 Army, specifically MICC-Fort Leavenworth, is conducting a Sources Sought for an Indefinite Delivery – Indefinite Quantity (IDIQ) Roof Requirements contract at Fort Leavenworth, KS. This market research aims to identify qualified firms for repairing and/or replacing roofing systems on various buildings. Responses are due March 31, 2026.
Scope of Work
The project involves the repair and/or replacement of existing roofing systems, including removal, disposal, deck repair, and installation of new flashing and roof systems. It also covers repairs to gutters, fascia, downspouts, and incidental trim and painting. Work will be performed on both historic and non-historic occupied buildings, with historic details requiring approval from the State Historic Preservation Office (SHPO).
Types of roofing work include:
- Three-tab asphalt shingle (standard and architectural)
- Modified bitumen
- EPDM (removal/replacement with modified bitumen, or repair/replacement)
- Slate roofing (repair or replacement of asphalt with slate)
- Metal roofing
- Use of Cool Roof Technology
Additional related repairs may include:
- Replacement/repair/painting of gutters, downspouts, fascia, soffit, frieze boards, and trim.
- Repair of rotted substrate (rafters, decking).
- Tuck pointing masonry chimneys, parapets, and other elements above the roof line.
- Replacement/repair of soffit/roof/ridge vents, blanket/blown-in insulation, and elastomeric joint sealants.
- Identification of subsurface moisture problems.
All work must comply with current codes and regulations, including UFC 3-110-03 (ROOFING) and UFC 3-110-04 (ROOFING MAINTENANCE AND REPAIR), International Building Codes, NFPA, and ANSI.
Contract & Timeline
- Type: Sources Sought for an Indefinite Delivery – Indefinite Quantity (IDIQ) contract.
- Duration: One Base Year plus two one-year Government options.
- Estimated Value: Between $5,000,000.00 and $10,000,000.00 for the base and option years.
- Anticipated Task Order Values: Estimated average range between $2,000.00 and $300,000.00.
- NAICS Code: 238160 (Roofing Contractors) with a Small Business Size Standard of $19 million.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: March 31, 2026, by 7:00 PM ET.
- Published: December 22, 2025.
Response Requirements
Interested sources should submit a response on company letterhead in PDF format (max 3MB) via email. Submissions must include:
- Contractor Information: Company Name, Address, POC, Phone, Email, CAGE Code, Web Page URL (if applicable), and small business size certification.
- Bonding Capacity: Surety's name, maximum bonding capacity per project, and aggregate maximum bonding capacity and bond rate.
- Experience: A maximum of six (6) government or commercial contracts/projects completed in the last 5 years demonstrating specific experience in various roofing types (asphalt shingle, modified bitumen, EPDM, slate, metal, cool roof technology). For each project, provide title, location, prime/subcontractor status, dates, value, type of work/contract, narrative description, and two customer points of contact.
Additional Notes
This is a Sources Sought Synopsis for market research purposes only and is not a request for proposals. No reimbursement will be made for response costs, and the Government is not committed to any purpose other than market research. Respondents will not be notified of evaluation results.