Western Oregon Roofing Replacement
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 Indian Health Service (IHS), under the Department of Health and Human Services, is soliciting quotes for the Western Oregon Roofing Replacement project at the Chemawa Health Center in Salem, Oregon. This opportunity is a Total Small Business Set-Aside for roofing contractors. The project involves replacing the main clinic roof and repairing/modifying the shop roof. Quotes are due by April 9, 2026, at 2:00 PM CST.
Scope of Work
The project focuses on two primary areas:
- Main Clinic Roof: Replacement of the existing Built-up roof system over a metal deck. This includes removing the current Duro-Last PVC membrane, inspecting and potentially replacing Polyisocyanurate Insulation, and installing a new 50 mil white Duro-Last mechanically fastened membrane system. A 20-year Supreme warranty (15 years consequential damage, 5 years material and labor) is required. Existing edge metal will be removed, cleaned, re-sealed, and re-installed. This specifically covers three roof sections, excluding the lab/pharmacy and metal roofing areas.
- Shop Roof: Repair, replacement, or modification of the corrugated metal roof to eliminate leaks. This involves removing and sealing unneeded penetrations, and replacing or cleaning insulation and wood framing found in poor condition. The shop roof must also carry a 20-year leak-free warranty.
- General Requirements: All work must comply with applicable state and federal roofing building codes, NFPA fire codes, IBC, OSHA, and Duro-Last manufacturer installation requirements. The contractor must ensure watertight conditions at the end of each workday.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Magnitude: The estimated construction value is between $100,000.00 and $250,000.00.
- Period of Performance: 60 calendar days from the issuance of the Notice to Proceed (NTP).
- Set-Aside: 100% Total Small Business Set-Aside under NAICS Code 238160 (Roofing Contractors, size standard $19.0 million).
- Bonds: A Bid Guarantee (at least 20% of bid price), Performance Bonds, and Payment Bonds are required.
- Wage Determination: U.S. Department of Labor Wage Determination OR20260104, dated January 2, 2026, is applicable.
Submission & Evaluation
- Submission Deadline: April 9, 2026, at 2:00 PM CST.
- Submission Method: Electronically via email to Robert.Miller2@ihs.gov. The email subject line must be: “[Offeror Name] Quote for 75H70126Q00020 – Western Oregon Roofing Replacement, Marion County, OR”.
- Required Documents: Completed SF1442 (Blocks 14-20c) acknowledging amendments, completed Section B Price Schedule, and a narrative demonstrating ability to work with Dura-Last or another PVC Roof Membrane brand.
- Evaluation Criteria: Award will be based on price and the quoter's compliance with terms and conditions, with price being the discriminating factor.
Key Amendments & Clarifications
- Amendment A00001: Provided government responses to contractor questions, including clarification on Bid Bond requirements (20% of bid price), insulation replacement, and shop roof warranty. It also attached eight drawings/documents.
- Amendment A00002: Addressed further contractor questions, clarifying specific roof sections for replacement, removal methods, flashing responsibilities, insulation thickness, and background check applicability.
- Amendment A00003: Added FAR Clause 52.228-15 (Performance and Payment Bonds-Construction) and removed a clause regarding alternative payment protections. All amendments confirmed the proposal due date remains unchanged.
Special Requirements
The facility will be occupied during work, prioritizing patient access and safety. Contractors must adhere to strict Infection Control Risk Assessment (ICRA) protocols, including dust control. Management of potential hazardous materials (e.g., mercury, lead) is required. The contractor's superintendent must pass an IHS background investigation and security clearance. Physical barriers and access control are mandatory. Normal work hours are Monday-Friday, 7:30 am - 5:00 pm, with advance notice required for work outside these hours.
Contact Information
For questions, contact Robert S. Miller at robert.miller2@ihs.gov or 214-767-8589.