Repair/Replace Roof, Areas 1/4, Phases I/II, Building 3

SOL #: FA875126Q0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8751 AFRL RIKO
ROME, NY, 13441-4514, United States

Place of Performance

Rome, NY

NAICS

Roofing Contractors (238160)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 13, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 13, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, specifically AFRL RIKO, has issued a Request for Quotation (RFQ), FA875126Q0002, for the Repair/Replacement of Roofs in Areas 1 and 4 of Building 3 at the Rome Research Site in Rome, NY. This opportunity is a Total Small Business Set-Aside. The solicitation was updated on March 27, 2026, to reflect significant abatement requirements. Offers are due by April 13, 2026, at 3:00 PM ET.

Scope of Work

This project requires a contractor to provide all labor, materials, equipment, transportation, and supervision for the repair and replacement of the roof systems in Areas 1 and 4 of Building 3. Key aspects of the work include:

  • Hazardous Material Abatement: Updated attachments (2, 4, 9, 10) detail asbestos abatement requirements, including specific locations and quantities of asbestos-containing materials (ACM) in Roof Area 1 (e.g., black tar paper) and the absence of ACM in surveyed areas of Roof Area 4. Bidders must plan for and execute abatement by a licensed contractor if ACM is disturbed.
  • Demolition: Removal of existing roofing systems, insulation, flashing, and mechanical curbs down to the vapor barrier.
  • New Roof Installation: Installation of new EPDM roofing systems, including drains, vents, and walkways, in accordance with detailed specifications and drawings.
  • Structural Considerations: Addressing potential structural concerns in the existing concrete plank roof deck.
  • Compliance: Adherence to all applicable federal, state, and local regulations, including safety requirements (OSHA, ASME, NFPA) and environmental controls.

Contract & Timeline

  • Contract Type: Firm Fixed-Price (RFQ)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 238160 (Roofing Contractors) with a $19M size standard.
  • Period of Performance: 120 calendar days after Notice to Proceed.
  • Response Due: April 13, 2026, 3:00 PM ET.
  • Published Date: March 27, 2026.
  • Site Visit: An organized site visit was scheduled for March 26, 2026, at 10:00 AM ET. Participants were required to pre-enroll via DBIDS by March 20, 2026.

Evaluation Factors

Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering Price and Past Performance. Past Performance is significantly more important than Price. The Government will emphasize relevant and recent past performance, particularly as a prime contractor, and reserves the right to award at a higher price for perceived higher quality based on past efforts.

Submission Requirements

Offers must be emailed to Jennifer.Calandra@us.af.mil, John.Haberer@us.af.mil, and Bryant.Soule@us.af.mil. Submissions must include:

  • Proposed Price: Using the provided Price Schedule (Attachment 5).
  • Information for Evaluation: Addressing factors in FAR 52.212-2.
  • Representations and Certifications: Offeror completion of required information.
  • Past Performance: Information on no more than five contracts completed within the past five years, including work description, contract number, prime/subcontractor role, period of performance, and customer point of contact.

Important Notes

Offerors must monitor the SAM.gov site for any amendments. Formal inquiries must include "FA875126Q0002" in the subject line. Personnel accessing the site must comply with strict security and identification requirements, including DBIDS registration and U.S. citizenship for facility/IT network access. Wage Determination NY20260014 (Heavy and Highway Construction) applies to this project.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Repair/Replace Roof, Areas 1/4, Phases I/II, Building 3 | GovScope