Skip to main content

An official website of the United States government

You have 2 new alerts

Ft. Leavenworth Installation Roof Requirements

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 23, 2023 04:44 pm CST
  • Original Response Date: Mar 22, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Leavenworth , KS 66027
    USA

Description

W91QF4-23-B-0001

SOURCES SOUGHT FOR ROOF REQUIREMENTS:

U.S. Army Fort Leavenworth Department of Public Works

NAICS Code:  238160 Roofing Contractors

Product Service Code:  Z2JZ

PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT.  THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM.


The information received will be used within Department of Public Works, Fort Leavenworth, Kansas, to facilitate the decision making process and will not be disclosed outside of the organization.  This announcement is not a request for proposals, but a survey of the market for potential sources.  No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.  This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research.  Respondents will not be notified of the results of the evaluation.
 

Department of Public Works, Fort Leavenworth, KS is seeking current relevant experience, personnel, and capability to perform an indefinite quantity Roof Requirement Contract. The project is to replace the existing roofing systems on various OMA buildings throughout the Post.  This work will include the removal and disposal of the existing roof systems, including flashing, down to the structural roof deck, repairing the roof deck if required, installing new flashing, and roof system.  It will also include repairs to gutters, fascia, downspouts, and incidental trim and painting.  The work to be performed includes the following principal features:

a.)  All buildings will be occupied during construction. 

b.)  The buildings are a mixture of historic and non-historic buildings.  Some details of Historic buildings will have to be approved by the State of Kansas, State Historic Preservation Office (SHPO). 

c.)  The types of roofing repairs or replacements we could have during the performance of this contract are as follows:  

1. Three tab asphalt shingle roofing, standard and architectural shingles. 

2.  Modified bitumen roofing.

3.  EPDM roofing removed and replaced with Modified bitumen. 

4.  Slate Roofing repair, or replacing an existing asphalt shingle roof with slate roofing. 

5.  Metal roofing repair or replacement. 

6.  Use of Cool Roof Technology. 

7. Existing roofs may have lead paint in the designated demo or replacement location (e.g. existing gutters & etc.).  Lead-based paint is to be handled as described in attached specifications.

The task orders to be awarded under this contract will be for miscellaneous roof items throughout Fort Leavenworth, within the North American Industry Classification System (NAICS) code is 238160 (Roofing Contractors), with a corresponding Small Business Size Standard of $19 million.  The proposed contract will be for One Base Year with 2 one-year Government options.  The estimated contract value is $5,000,000.00 for the base year and option years, if exercised.  The anticipated Task Order values are an estimated average range between $2,000.00 and $300,000.00. FAR Clause 52.216-21 Requirements will be applicable to this acquisition, if procured by the Government.

Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF).  Please include the following information:

  1. Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable.  For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/.
  1. Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity and bond rate.
  1. Experience: Submit a maximum of five (5) government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in roof work with specific skills in performing:

a. Three tab asphalt shingle roofing, standard and architectural shingles;

b. Modified bitumen roofing; 

c. EPDM roofing removed and replaced with Modified bitumen; 

d. Slate Roofing repair, or replacing an existing asphalt shingle roof with slate roofing;

e. Metal roofing repair or replacement and; 

f. Use of Cool Roof technology.

For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including two points of contact, phone number, and email address.

E-mail file may not be larger than 3 Mega Byte (MB).  Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired.

Responses to this sources sought synopsis should be forwarded to the attention of Mr. Felipe Zaragoza, MICC-Fort Leavenworth, please email your response to usarmy.leavenworth.acc-micc.mbx.construction@army.mil   One copy of the submittal package is due no later than 1:00 PM (Central Time) on Wednesday, 22 March 2023.   

Contracting Office Address:

Mission & Installation Contracting Command

Fort Leavenworth

535 Kearney Ave., Bldg 338

Fort Leavenworth, KS 66027

Point of Contact(s):

Felipe Zaragoza, 913-684-1625

felipe.d.zaragoza.civ@army.mil

Chester L. Serviora 913-684-1643

chester.l.serviora.civ@army.mil

Contact Information

Contracting Office Address

  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Apr 06, 2023 10:58 pm CDTSources Sought (Original)