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, has issued Solicitation FA890326R0009 for the Roofing, Repair, and Replacement Follow-on (R3F) Multiple Award Task Order Contract (MATOC). This Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle, valued at $450 million, seeks roofing, repair, and replacement construction services across multiple geographic regions within the Continental United States (CONUS) and Alaska. This is a Total Small Business Set-Aside. Proposals are due by April 27, 2026, at 1:00 PM local time (San Antonio, TX).
Scope of Work
The R3F MATOC will provide commercial roof replacement and corrective repair services for Department of the Air Force facilities, with optional use for U.S. Army, U.S. Navy, and other agencies. Services include low-slope, steep slope, and metal roofing systems, encompassing thermal insulation, membranes, drainage, flashings, shingles, and structural components. 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.
Contract Details
This is a Multiple Award Task Order Contract (MATOC) under an Indefinite Delivery/Indefinite Quantity (IDIQ) structure, with a total program value of $450,000,000.00 and a single five-year ordering period. Task Orders (TOs) will be issued on a Firm-Fixed Price (FFP) basis. The contract is a Total Small Business Set-Aside (FAR 19.5), including a reserve of two 8(a) firms per region at the basic contract level and embedded 8(a) set-asides for TOs under $250,000.
Key Requirements & Evaluation
Offerors must demonstrate experience with at least 9 of 17 roofing types (each project 500 sq ft minimum, completed within 10 years), and at least one DoD project per proposed region as a prime contractor. Corporate experience of 5 years in roofing projects, with recent experience in the performance region, is required. Bidders must provide performance and payment bonding confirmation ($1M per TO, $5M aggregate for IDIQ eligibility, with additional bonding for TOs up to $9M). Key personnel (Project Manager, Contractor's Project Superintendent, Quality Control Manager) must meet specific experience and certification requirements. Design capability (Registered Roofing Consultant, PE, or Architect) is also necessary. Evaluation will be based on Technical Capability, Industry Standard Compliance, and Previous Experience, with awards made to all qualifying offerors without trade-offs.
Important Updates & Attachments
Amendment 0001 (April 14, 2026) provides answers to questions and amends portions of the solicitation, including attachments. The proposal due date remains unchanged. Key clarifications from the Q&A include: a single proposal can cover multiple regions using Attachment L-04 (for planning, not evaluated); Attachment L-03 (Roofing Contract Evaluation) must be submitted in Volume II; and narrative page limits do not include supporting documentation. Offerors must use only current attachments and acknowledge receipt of Amendment 0001. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) website.
Contact Information
Primary Point of Contact: Angel N. Hill (angel.hill.2@us.af.mil, 385-678-5201). Secondary Point of Contact: Tier Blanco (tier.blanco@us.af.mil, 380-457-0231).