Closed Solicitation · DEPT OF DEFENSE

    ROOF REQUIREMENT 2026

    Sol. SynopsisW91QF426IFB02RoofPresolicitationFT LEAVENWORTH, KS
    Closed
    STATUS
    Closed
    closed Feb 5, 2026
    POSTED
    Jan 7, 2026
    Publication date
    NAICS CODE
    238160
    Primary industry classification
    PSC CODE
    Z2JZ
    Product & service classification

    AI Summary

    The Department of Defense is seeking bids for roofing services at Fort Leavenworth, Kansas. The project involves repairing and replacing roofing systems on various buildings, including historic structures. The contract will be awarded based on price and related factors, with a total value not exceeding $9 million over three years. Interested contractors must register in SAM and attend a pre-proposal conference on April 20, 2026.

    Contract details

    Solicitation No.
    SynopsisW91QF426IFB02Roof
    Notice Type
    Presolicitation
    Posted Date
    January 7, 2026
    Response Deadline
    February 5, 2026
    NAICS Code
    238160AI guide
    PSC / Class Code
    Z2JZ
    Primary Contact
    Felipe D. Zaragoza
    State
    KS
    ZIP Code
    66027-1391
    AI Product/Service
    service

    Description

    Original Set Aside: TBD

    Product Service Code: Z1JZ - MAINTENANCE OF MISCELLANEOUS BUILDINGS

    NAICS Code: 238160 - Roofing Contractors

    Place of Performance: Fort Leavenworth, KS 66027

    Synopsis

    This posted announcement is a Pre-Solicitation Synopsis of a proposed contract action in accordance with FAR Subpart 5.207.

    The Mission Installation Contracting Command - Fort Leavenworth intends to issue an Invitation for Bid (IFB) for a Requirements type contract (FAR Subpart 16.503) for the acquisition of roofing services supporting Sustainment, Restoration, and Maintenance (SRM) at Fort Leavenworth, Kansas. The project is to repair and/or 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. EPDM roofing repair or replacement

    d. Some of the buildings may require additional repairs in areas related to the roof, such as the following:

    1. Replacement, repair or painting of the gutters and downspouts.

    2. Replacement or repair of some of the rotted substrate, including rafters and decking.

    3. Tuck pointing masonry chimneys, parapets, and other masonry elements above the roof line for the

    proper application of flashing or counter flashing to ensure the watertight integrity of the building.

    4. Replacement, repair or painting of the fascia, soffit, frieze boards, and trim.

    5. Replacement, repair or painting of soffit vents, roof vents, and ridge vents.

    6. Replacement of Blanket and Blown-In Insulation.

    7. Replacement or repair of some portions of EPDM roofing systems.

    8. Replacement or repair of some portions of elastomeric joint sealants.

    9. Identification of subsurface moisture problems/locations in existing roofs.

    f. Refer to attached Specifications for additional information.

    Work shall be completed in accordance with all current codes, regulations, and related addenda including all local,

    county, state, and federal agencies having jurisdiction over any portion of the work to be performed under this contract. In the event of conflicting guidance, the more stringent guidance will be followed. This includes, but is not limited to:

    a. Unified Facilities Criteria (UFC), namely for buildings and security requirements.

    - UFC 3-110-03 ROOFING

    - UFC 3-110-04 ROOFING MAINTENANCE AND REPAIR

    b. International Building Codes (IBC, IPC, IMC)

    c. National Fire Protection Association (NFPA).

    d. American National Standards Institute (ANSI).

    All will be in accordance with individual task order requirements, specifications and drawings provided with each project and/or master specifications. The North American Industry Classification System (NAICS) code for this work is 238160 (Roofing Contractors). The small business size standard is $19 million average annual revenue for the previous three years. This requirement will be procured utilizing Sealed Bidding Procedures specified in FAR Part 14. The government anticipates an award will be given to a responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation. This anticipated contract will consist of a Base Award Period of one

    (1) calendar year, and two (2) one year option periods. Total contract period, to include options, shall not exceed three (3) calendar years. Task Orders will range from $2,500.00 to $500,000.00. The total of individual task orders placed against this contract shall not exceed $9,000,000.00.

    It is anticipated that the solicitation will be available March 10, 2023. The site visit (Pre-Proposal Conference) is to be held at 10 a.m. CST, Thursday April 20, 2026, at 535 Kearny Ave, Bldg. 338 (Blockberger Terrace - Room 004), Fort Leavenworth, KS. Interested contractors are encouraged to attend and should register with the assigned Contract Specialist, Mrs. Jennifer Walker via e-mail at usarmy.leavenworth.accmicc.mbx.construction@army.mil  The dates contained within the attached Draft Invitation for Bid (IFB) for the Solicitation closing date are estimates only and subject to change. All information, amendments and questions concerning this solicitation will be posted to SAM.Gov. Be reminded that interested offerors must be registered in SAM as requirement for competition. To register go to: https://www.gov.  You will need your Unique Entity ID (UEI) number register. Instructions for registering are on the web page. The solicitation and associated information will be available from SAM.Gov. All inquiries to this Pre-Solicitation Synopsis posting must be in writing, preferable via email to the attention of Mr. Felipe D. Zaragoza and Mrs. Jennifer S. Walker at: usarmy.leavenworth.accmicc.mbx.construction@army.mil . Attachments to this Pre-Solicitation Synopsis include the draft Invitation for Bid (IFB) and applicable attachments also considered a draft version.

    Key dates

    1. January 7, 2026Posted Date
    2. February 5, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    ROOF REQUIREMENT 2026 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.