Roofing Repair, and Replacement Follow-on (R3F)
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, under the Department of Defense, has issued a Presolicitation Notice for the Roofing Repair and Replacement Follow-On (R3F) program. This initiative seeks to establish a Firm Fixed Price, Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated ceiling of $450 million for roofing services at Department of War (DoW) installations across the Continental United States (CONUS) and Alaska. The formal solicitation is anticipated to be posted on or about January 17, 2026, with proposals due by February 14, 2026, at 1400 Hours (Central).
Scope of Work
This contract will cover comprehensive commercial roof replacement, corrective roof repair, and roof inspection/testing services. The scope includes low-slope, steep slope, and metal roofing systems, along with all components of the roof assembly and roof-mounted appurtenances. Incidental work, such as asbestos abatement or HVAC disconnect/movement, may also be required, not exceeding 30% of direct roofing costs. Services are intended for United States Air Force (USAF) facilities, and potentially USAF Guard and Reserve, U.S. Army, and U.S. Navy installations within CONUS and Alaska.
Contract Details
- Contract Type: Firm Fixed Price, MATOC IDIQ (Design-Bid-Build)
- Estimated Ceiling: $450,000,000
- Period of Performance: One, five-year base ordering period
- Set-Aside: Total Small Business Set-Aside (SBSA)
- NAICS Code: 238160 – Roofing Contractors
- Size Standard: $19 Million Annual Receipts
- Place of Performance: Various base locations within CONUS and Alaska, covering West, Midwest, Northeast, Southwest, Southeast, and Alaska regions.
Eligibility & Key Requirements
This is a competitive Total Small Business Set-Aside. The basic contract level will reserve two 8(a) firms per region, and all task order actions below $250,000 will be set-aside for 8(a) firms. Contractors must furnish all materials, equipment, and personnel, maintaining a Project Superintendent (CPS) and Quality Control Manager (QCM) with 5 years of relevant experience. Certified installers are required for all roofing systems, along with recent experience (within 5 years) installing systems in the relevant region and climate zone. An Experience Modification Rate (EMR) for workers' compensation less than 1.0 is mandatory. Warranties will include a one-year minimum from Government acceptance, with potential for longer durations and bonded water-tightness warranties.
Submission & Timeline
- Formal Solicitation Issue Date: January 15, 2026
- Expected Solicitation Posting Date: On or about January 17, 2026
- Closing Date/Bid Opening: February 14, 2026, 1400 Hours (Central)
- Note: This is a pre-solicitation notice; no solicitation package is available for download at this time. Instructions for submitting proposals will be included in the formal solicitation. All qualified firms must be registered at SAM.gov to receive an award.
Contact Information
- Primary: Neil E. Amrstrong (neil.armstrong.1@us.af.mil, 210-556-4286)
- Secondary: Tier Blanco (tier.blanco@us.af.mil, 256-527-8195)