Roofing, Repair, and Replacement Follow-on (R3F) Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ)
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, 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 opportunity, valued at $450,000,000.00, seeks to establish multiple awards for roofing, repair, and replacement construction services across Continental United States (CONUS) and Alaska installations. Proposals are due April 27, 2026.
Purpose & Scope
This MATOC IDIQ aims to provide comprehensive roofing, repair, and replacement construction services for existing United States Air Force (USAF), Guard and Reserve, U.S. Army (USA), and U.S. Navy (USN) installations. The scope includes low-slope, steep slope, and metal roofing systems, along with associated components like insulation, vapor retarders, drainage, and flashings. Incidental work, such as asbestos abatement or HVAC disconnect/movement, is permitted up to 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.
- Ordering Period: Single five-year ordering period (approx. 2026-2031).
- Task Orders: Issued on a Firm-Fixed Price (FFP) basis, with a minimum guarantee of $1,000.00 per awardee.
- Set-Aside: This is a Total Small Business Set-Aside. It includes a reserve of two 8(a) firms per region at the basic contract level, and an embedded 8(a) set-aside for Task Orders under $250,000.00.
Key Requirements
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. Required submissions include warranty program documentation, performance and payment bonding confirmation ($1M per TO, $5M aggregate), and manufacturer's roofing certifications. Key personnel (Superintendent, Project Manager, Quality Control Manager) must have at least five years of relevant experience, detailed in Attachments L-05, L-06, and L-07. Contractors must also possess roof system design capability (e.g., Registered Roofing Consultant, PE, or Architect).
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. Vendors must complete PIEE registration as outlined in Attachment L-08. Evaluation will be based on Volume II (Technical Capability), Volume III (Industry Standard Compliance), and Volume IV (Previous Experience). Award will be made to each and all qualifying offerors, as trade-offs are not permitted. Questions regarding the solicitation must be submitted using Attachment L-02.