Opportunity

SAM #FA3099-26-Q-1009

Market Research for EPDM Roof Replacement at Laughlin AFB, TX

Buyer

47th Flying Training Squadron

Posted

March 23, 2026

Respond By

March 31, 2026

Identifier

FA3099-26-Q-1009

NAICS

238160

This opportunity is a market research notice from the Department of the Air Force at Laughlin Air Force Base, Texas, seeking small business input for a roof repair project: - Government Buyer: - Department of Defense, Department of the Air Force, Air Education and Training Command (AETC) - Contracting office: FA3099 47 CONF CC at Laughlin AFB, TX - Scope of Work: - Repair the roof of Aerospace Physiology, Building 380 - Replace approximately 9,500 square feet of existing roofing with a new EPDM (ethylene propylene diene monomer) roof system - Remove current roofing, flashing, trim, and abandoned penetrations - Inspect and repair roof decking as needed - Products/Services Requested: - Design and construction of a new EPDM roof system (approx. 9,500 sq. ft.) - All labor, equipment, and materials required - Unique Requirements: - No specific OEMs or part numbers identified; open to qualified roofing contractors - Project classified under NAICS 238160 (Roofing Contractors) with a $19 million size standard - Intended for small business set-aside consideration (including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general small businesses) - Submission: - Interested firms should submit a capabilities package demonstrating qualifications - Location: - Place of performance is Laughlin Air Force Base, Texas

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

Reference Number: FA3099-26-Q-1009 (Use this in all communications)

Requirement: Repair Roof of Aerospace Physiology, B380, at Laughlin AFB, TX.

NAICS Code: 238160, Roofing Contractors

Size Standard: $19 Million

Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement, including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses.

Submission: Submit a capabilities package (5-page limit) with the requested information.

Deadline: Tuesday, March 31st, 2026 3:00PM CST

Submission Emails:

Ian Monis, SSgt, USAF

Contracting Officer

ian_jenne_sai.monis@us.af.mil

Joselynn Cooper, A1C, USAF

Contract Specialist

joselynn.cooper@us.af.mil

Laughlin Air Force Base, Texas, anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 238160. The size standard for this NAICS is $19M.

The purpose of this project is to provide all labor, equipment and materials to design and construct a new approximately 9500 total square foot ethylene propylene diene monomer (EPDM) roof system to replace the existing roof that has deteriorated on Building 380. Work will include, but is not limited to, removal of existing roofing system, flashing, trim, and removal of abandoned penetrations and inspection/repair of decking as appropriate.

The Source Selection strategy for this procurement is undetermined at this time.

When responding, please include in your capabilities package your Unique Identification Code, Cage Code, System for Award Management expiration date, and any other supporting documents.

Market research is being conducted to determine the interest, capability, and socio-economic category of potential sources. All interested firms must submit a capabilities package that is brief, concise, and clearly demonstrates an ability to meet the stated requirements.

The response must not exceed 5 pages and should include the following:

1. Company Information:

A brief description of your company's business size (i.e., annual revenues and employee size). Business status (i.e., 8(a), HUBZone, SDVOSB, WOSB, VOSB, or Small Business).

2. Relevant Experience:

A description of similar services offered to the Government and to commercial customers. Three (3) past performance references, including current contact information and contract number for each.

3. Teaming & Subcontracting Strategy:

Clearly delineate any teaming and/or subcontracting arrangements. Provide the anticipated percentage of effort to be subcontracted. State whether small or large businesses will be used as subcontractors. Include details on previous experience in teaming.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

Future information about this acquisition, including the issuance of a solicitation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in