Roofing, Repair, and Replacement Follow-on (R3F) Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ)

SOL #: FA890326R0009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8903 772 ESS PK
JBSA LACKLAND, TX, 78236-9861, United States

Place of Performance

San Antonio, TX

NAICS

Roofing Contractors (238160)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 16, 2026
3
Submission Deadline
Apr 27, 2026, 6:00 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, 772d Enterprise Sourcing Squadron, is soliciting proposals for the Roofing, Repair, and Replacement Follow-on (R3F) Multiple Award Task Order Contract (MATOC), an Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle. This Total Small Business Set-Aside aims to acquire comprehensive roofing services for military facilities across the Continental United States (CONUS) and Alaska. The program has a ceiling of $450 million. Proposals are due by April 27, 2026, at 1:00 PM local time.

Scope of Work

This MATOC covers commercial roof replacement and corrective repair services for United States Air Force (USAF), USAF Guard and Reserve, U.S. Army, U.S. Navy, and other agencies. Services include repair and replacement of low-slope, steep slope, and metal roofing systems, along with associated components like insulation, membranes, drainage, and structural elements. Incidental work, such as asbestos abatement or HVAC movement, is permitted up to 30% of direct roofing costs. All roof types listed in UFC 3-110-03 are included, and projects may utilize design-bid-build or design-build methods.

Contract Details

This is a Multiple Award Task Order Contract (MATOC) with an Indefinite Delivery/Indefinite Quantity (IDIQ) structure. Task Orders will be issued on a Firm Fixed-Price basis over a single five-year ordering period. The total program ceiling is $450,000,000.00, with a minimum order of $1,000.00.

Set-Aside & Eligibility

This opportunity is a Total Small Business Set-Aside (SBSA). The basic contract level includes a reserve for two 8(a) firms per region. At the Task Order (TO) level, actions valued at $250,000 and below are set aside for 8(a) awardees. Orders exceeding $250,000 will be open for fair opportunity competition among all small business IDIQ awardees within a region, or may be further set aside for specific socio-economic categories.

Key Requirements & Evaluation

Proposals will be evaluated based on Technical Acceptability (Volume II), Industry Standard Compliance (Volume III), and Previous Experience (Volume IV), with no trade-offs permitted. Offerors must demonstrate experience with at least 9 of 17 roofing types, each project being a minimum of 500 square feet and completed within the last 10 years. At least one project must have been performed on a DoD installation for each proposed region. Key personnel (Project Manager, Superintendent, Quality Control Manager) must meet specific experience requirements. Bonding of $1M per TO and $5M aggregate for the base IDIQ is required, with additional bonding for TOs up to $9M. Offerors must possess roof system design capability and provide minimum 20-year No Dollar Limit (NDL) warranties. First-tier subcontractor experience can be considered for Volume II if a valid teaming agreement is submitted in Volume I.

Submission Information

Proposals must be submitted electronically via the PIEE system by April 27, 2026, at 1:00 PM local time. Offerors should use the current attachments, including the reissued editable versions of L-03 through L-07. Multiple PDF files are permitted per volume, not exceeding 1.9GB each; zip files are not accepted. Mandatory PIEE vendor registration is required.

Amendments & Important Notes

Amendment 0001, dated April 14, 2026 (posted April 16, 2026), provided answers to questions, clarified submission requirements (e.g., Attachment L-04 for planning only, not evaluated), updated attachment details (e.g., L-01 SOW, L-03, L-06), and clarified teaming agreement rules. The proposal due date was NOT extended by this amendment. Offerors must acknowledge receipt of Amendment 0001. Flattened PDF versions of the solicitation and amendment were posted on April 16, 2026, to resolve editing issues, and either version may be used for submission.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 16, 2026
Version 3
Solicitation
Posted: Apr 14, 2026
View
Version 2
Solicitation
Posted: Mar 25, 2026
View
Version 1
Solicitation
Posted: Mar 25, 2026
View
Roofing, Repair, and Replacement Follow-on (R3F) Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) | GovScope