Closed Solicitation · DEPT OF DEFENSE

    FY25 PERRY TOWER ROOF REPLACEMENT

    Sol. W912DQ25QA020PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)KANSAS CITY, MO
    Closed
    STATUS
    Closed
    closed Sep 17, 2025
    POSTED
    Aug 8, 2025
    Publication date
    NAICS CODE
    238160
    Primary industry classification
    PSC CODE
    M1KA
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers requires a contractor for the replacement of the roof on the Outlet Works Tower at Perry Lake. The project involves installing an EPDM roofing system and replacing metal flashing. The estimated completion time is 240 days, with a budget between $25,000 and $100,000. This is a 100% Small Business Set-Aside opportunity.

    Contract details

    Solicitation No.
    W912DQ25QA020
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 8, 2025
    Response Deadline
    September 17, 2025
    NAICS Code
    238160AI guide
    PSC / Class Code
    M1KA
    Primary Contact
    Evan Oathout
    State
    MO
    ZIP Code
    64106-2896
    AI Product/Service
    service

    Description

    Perry Lake Project Office Roof Replacement

    The U.S. Army Corps of Engineers (USACE), Perry Lake, has a need for replacing the existing Built-Up Roof on the Outlet Works Tower. The new roof must be an Ethylene Propylene Diene Monomer (EPDM) sloped insulation roofing system. In addition, to roofing replacement, the Contractor must remove and replace all metal flashing, and any incidental related work and materials

     The standard workday is 7:00am to 4:30pm Monday thru Friday, excluding Federal holidays. Work hours may be adjusted with approval of the Contracting Officer Representative (COR) or Operations Project Manager. Work will not be allowed on weekends unless approved in advance by the COR.

    The Contractor shall comply with all applicable environmental Federal, State, and local laws and regulations. The Contractor shall be responsible for any delays resulting from failure to comply with environmental laws and regulations. During Construction, the Contractor shall be responsible for identifying, implementing, and submitting for approval any additional requirements for environmental compliance.

    A detailed Statement of Work will be provided with the Solicitation. The estimated period of performance for completion of the awarded contract is 240 calendar days from the Notice to Proceed (NTP). The estimated magnitude of this project, including all option contract line items (CLINs), is between $25,000 and $100,000.

    This procurement will be conducted using 100% Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 238160 for Roofing Contractors. The solicitation is expected to be available not less than 15 days of this notice, but within the next 60 days, and proposals are expected to be due at least 30 days after solicitation release date unless solicitation amendments extend the due date and time. The due date and time will be specified in the solicitation.

    At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the Pre-Solicitation Announcement will be modified accordingly.

    There will be a site visit planned for this solicitation. The details to attend the site visit will be included in the solicitation.

    The contact information to submit technical inquiries and questions relating to the solicitation will be provided on the solicitation when it is made available. If you have questions about Government procurements in general or need assistance in the preparation of proposals, assistance may be available through the APEX Accelerators program (formerly known as the Procurement Technical Assistance Program). This program was originally authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To find an APEX Accelerator near you, go to https://www.apexaccelerators.us/#/. (You may need to scroll down the page on the Apex Accelerator website to access the search function.) This is a free service by a nonprofit paid for by the U.S. Government.

     Interested offerors must have an active registration in the System for Award Management (SAM) database prior to submitting proposals. Firms can register through the https://www.sam.gov/SAM/ website to create or update their SAM.gov accounts. Proposals from contractors without an active SAM registration will NOT be considered for award. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.gov registration is free of charge. For assistance with SAM.gov

    Key dates

    1. August 8, 2025Posted Date
    2. September 17, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FY25 PERRY TOWER ROOF REPLACEMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.