PKAA PVC Roofs (Construction)

Project ID: FA461326B0001 FederalOpportunitiesPresolicitation
Overview
AgencyGlobal Strike Command
Deadline04/10/26
Posted03/25/26
Estimated Value$10,000,000 - $25,000,000 (value based on agency estimated range)
Set AsideSmall Business
NAICS238160 - Roofing Contractors
PSCZ2JZ - Repair Or Alteration Of Miscellaneous Buildings
LocationFE Warren AFB, WY 82005 United States
Description
Primary

This is a Pre-Solicitation Notice: The Government currently plans to issue solicitation number FA461326B0001, PKAA PVC Roofs (Construction) for F. E. Warren AFB, WY. This acquisition is a 100% small business under NAICS code 238160 Roof Contractors, with a size standard of $19.0 million. Roof type 1 (BLDS 1284, 325, 332, 1164, 1292) requires a fully adhered membrane roof system that provides an edge to edge, no dollar limit warranty and must be able to withstand a 3" diameter hail stone, 120 MPH minimum winds and a 20-year warranty period. Additionally, it includes demo of existing PVC down to the roof deck and include prefinished metal copings, where required, flashings, class 1 vapor barrier, fully adhered PVC membrane, 2 layers of mechanically fastened, 2.6" polyisocyanurate rigid insulation, 5/8" thick high-density gypsum, fully adhered, fasteners, adhesives, roof drains and metal roof drain covers. Total weight cannot exceed 4PSF. Roof type 2 (BLD 34) requires a fully adhered membrane roof system that provides an edge to edge, NO dollar limit warranty and must be able to withstand a 2" diameter hail stone, 120 MPH minimum winds and a 20-year warranty period. Additionally, it includes demo of existing PVC down to the roof deck and includes prefinished metal copings, where required, flashings, class 1 vapor barrier, fully adhered PVC membrane, 2 layers of mechanically fastened, 2.6" polyisocyanurate rigid insulation, 1/4" thick high-density gypsum, fully adhered, fasteners, adhesives, roof drains and metal roof drain covers. Total weight cannot exceed 2.81PSF. BLD 1164 also requires a lightning protection engineer to verify the existing lightning protection system is in working order and code compliant. All minor items of work that are manifestly necessary or customary shall be performed as if fully set forth and described in the Drawings and in the Specifications. The disclosure of the magnitude for this acquisition is between $10,000,000.00 and $25,000,000.00. The contractor shall abide by all local, state, and federal EPA guidelines and regulations during the performance of the awarded contract. In accordance with Department of Defense (DoD) policy, all contractors must be registered in System for Award Management (SAM), https://www.sam.gov, to be eligible to receive an award. Additionally, all contractors, in accordance with Provision DFARS 252.204-7025, will need to hold a level 2 CMMC rating to be eligible for award. It is anticipated that the Request for Proposal (RFP) will be issued on or about 15 April 20026 and will be posted on the Government-wide Point of Entry (GPE) at https://www.sam.gov. This solicitation will be available via internet only, meaning solicitation documents will not be available by any other means. Questions shall be submitted in writing and directed to: Andrea McCurry, Contract Administrator: andrea.mccurry@us.af.mil; and Mr. Arthur Makekau, Contracting Officer: arthur.makekau@us.af.mil

Contacts
Contact nameAndrea Mccurry
Contact emailandrea.mccurry@us.af.mil
Contact phone(307) 773-6057
Contact faxNone
Secondary contact nameArthur W Makekau
Secondary contact emailarthur.makekau@warren.af.mil
Secondary contact phone(307) 773-6829
Secondary contact fax3077734636
Same Region Opportunities