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
Mar 25, 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 has a total program value of $450,000,000.00 and will provide roofing construction services across multiple geographic regions within the Continental United States (CONUS) and Alaska. Proposals are due by 01:00 PM local time on April 27, 2026.

Scope of Work

This MATOC IDIQ covers commercial roof replacement and corrective repair services for existing United States Air Force (USAF), Guard, Reserve, U.S. Army (USA), and U.S. Navy (USN) installations in CONUS and Alaska. Services include repair and replacement of low-slope, steep slope, and metal roofing systems, encompassing thermal insulation, vapor retarders, membranes, drainage components, flashings, roof edges, scuppers, parapets, curbs, drains, coping systems, shingles, roofing tiles, and structural elements. Incidental work, such as asbestos abatement or HVAC disconnect/movement, is permitted but must not exceed 30% of direct roofing costs. Projects may utilize design-bid-build and/or design-build methods.

Contract Details

  • Contract Type: Multiple Award Task Order Contract (MATOC) / Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Total Program Value: $450,000,000.00
  • Minimum Guarantee: $1,000.00 (fulfilled via Post-Award Conference Task Order)
  • Period of Performance: Single five-year ordering period (Base Period: XX-XX-2026 through XX-XX-2031)
  • Task Orders: Issued on a Firm-Fixed Price (FFP) basis. Task Orders under $250K may be set-aside for 8(a) awardees, while those over $250K will be open for competition among regional awardees or may be set-aside for small businesses.

Eligibility & Requirements

This is a Total Small Business Set-Aside. A reserve of two 8(a) firms per region is included at the basic contract level, with an embedded 8(a) set-aside applying at the task order level for actions under $250K. Offerors must demonstrate experience with at least 9 of the 17 specified roofing types, with each project being at least 500 square feet and completed within the last 10 years. At least one project must have been completed on a Department of Defense (DoD) installation for each proposed region. Key personnel (Superintendent, Project Manager, Quality Control Manager) must have relevant experience (5+ years for PS/QCM). Contractors must provide warranty program documentation, performance and payment bonding confirmation ($1M per TO, $5M aggregate), and manufacturer's roofing certifications. Design capability (Registered Roofing Consultant, PE, or Architect) is required.

Submission & Evaluation

Proposals are due by 01:00 PM local time on April 27, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) website. Evaluation will be based on Volume II (Technical Capability), Volume III (Industry Standard Compliance), and Volume IV (Previous Experience). Trade-offs are not permitted; awards will be made to each and all qualifying offerors. Offerors must complete and submit various attachments, including L-03 (Roofing Contract Evaluation), L-05 (Superintendent), L-06 (Project Manager), and L-07 (Quality Control Manager). Mandatory PIEE vendor registration steps must be completed. Questions regarding the solicitation must be submitted no later than five business days after RFP issuance using the provided L-02 Q&A Template.

Points of Contact

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 25, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 25, 2026