Opportunity

SAM #FA461326B0001

PKAA PVC Roofs Construction at F. E. Warren AFB, Wyoming

Buyer

No official U.S. federal government entity found

Posted

March 25, 2026

Respond By

April 10, 2026

Identifier

FA461326B0001

NAICS

238160

This opportunity involves the construction of PKAA PVC Roofs at F. E. Warren Air Force Base, Wyoming, managed by the Department of Defense, Department of the Air Force, Air Force Global Strike Command, 90 CONS PK. - Government Buyer: - Department of Defense, Department of the Air Force, Air Force Global Strike Command, 90 CONS PK - Scope of Work: - Construction of two types of fully adhered membrane roof systems for multiple buildings (BLDS 1284, 325, 332, 1164, 1292, and 34) - Demolition of existing PVC roofing - Installation of prefinished metal copings, flashings, class 1 vapor barrier, fully adhered PVC membrane, two layers of mechanically fastened 2.6" polyisocyanurate rigid insulation, high-density gypsum (5/8" or 1/4" thick), fasteners, adhesives, roof drains, and metal roof drain covers - Verification of lightning protection system for BLD 1164 by a lightning protection engineer - Key Requirements: - Edge-to-edge, no dollar limit warranties - Hail resistance (3" and 2" diameter) - Minimum 120 MPH wind resistance - 20-year warranty period - Compliance with EPA guidelines - Contractors must hold a level 2 CMMC rating - Small business set-aside under NAICS code 238160 - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Place of Performance: - F. E. Warren Air Force Base, Wyoming - Contracting office located at 7505 Barnes Loop, BLDG 208, FE Warren AFB, WY 82005-2860

Description

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

View original listing

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