Repair Replace Roof B11525, Roof B10571 and Roof B11551

Key Dates
Due Date

-

Posted Date

-

Agency & Value
Agency

FA5000 673 CONS LGC

Contract Value

Not provided

Codes & Classification
Solicitation Number

FXSB-26-6837

NAICS

238160 - Roofing Contractors

Classification Code

Z1JZ

Additional Details
Set Aside

SBA

Place of Performance

JBER, Alaska, UNITED STATES

SourceSAM
Documents3
The Department of the Air Force, through the 673d Contracting Squadron (FA5000 673 CONS LGC), has issued a Sources Sought notice (Procurement Identifier: FXSB-26-6837) for the repair and replacement of roofing systems on three historic hangar buildings—B11525, B10571, and B11551—located at Joint Base Elmendorf-Richardson (JBER), Alaska. This announcement is intended solely for market research and planning purposes; it is not a solicitation or request for proposal. The government seeks to identify qualified small business sources, including 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), and general small businesses, capable of performing the anticipated work under NAICS code 238160 (Roofing Contractors), with a size standard of $19 million. **Purpose and Scope:** The primary objective of this procurement is to address the comprehensive repair and replacement of roofing systems on three large, historically significant hangar structures at JBER. The scope encompasses the removal of existing built-up roofing (BUR) systems, installation of new roofing assemblies, and associated work to ensure the long-term integrity and performance of these critical facilities. The work is expected to include both design and construction elements, particularly for Hangar 3 (B10571), which is specified as a Design-Build project. **Key Requirements and Expected Deliverables:** - **Hangar B11525 (FXSB 26-6837):** - One-story, 113,000 SF historic building with a high barrel roof and multiple low roof sections. - Remove existing BUR down to the decking on both the barrel and east side low roof sections. - Install new 3-ply SBS-Modified BUR with granular cap sheet on the barrel roof and south lower roof; install new 90-mil EPDM roof assembly on the south lower roof section. - All assemblies must be fully adhered. - Replace all roof drains, flashings, vent pipe flashings, cover boards (as required), vapor barriers, cant strips, metal copings, and trim. - **Hangar B10571 (FXSB 26-6670):** - One-story, 68,986 SF historic building with a high barrel roof and three low slope lean-to sections. - Remove existing BUR from all roof sections down to the structural decking. - Install new 3-ply SBS-Modified BUR with granular cap sheet on the barrel roof; install new 90-mil EPDM roof assemblies on the three lean-to sections. - All assemblies must be fully adhered. - Replace all roof drains, flashings, vent pipe flashings, cover boards, insulation, vapor barriers, cant strips, metal copings, and trim. - Remove and reinstall all existing HVAC equipment and curbs; replace roof access hatches and curbs. - Work must be phased, starting with the North lower lean-to roof, as detailed in the government’s 35% design drawings. - **Hangar B11551 (FXSB 26-7337):** - The requirement package is still in development, but the magnitude and scope are expected to be similar to the other two hangars. For all buildings, the contractor will be responsible for providing all design, labor, materials, equipment, and incidentals necessary to complete the work in strict accordance with the scope, drawings, and contract terms. **Contracting Entity and Location:** - **Contracting Office:** FA5000 673 CONS LGC, Department of the Air Force, Department of Defense - **Place of Performance:** Joint Base Elmendorf-Richardson (JBER), Alaska, United States - **Product Service Code:** Z1JZ (Maintenance of Miscellaneous Buildings) **Procurement Type and Set-Aside:** This is a Sources Sought notice for market research under the Small Business Administration (SBA) set-aside program. The government is particularly interested in responses from small businesses with relevant experience and capabilities under NAICS 238160. **Special Considerations:** - All three buildings are historic properties, with at least two eligible for listing on the National Register of Historic Places. Contractors must demonstrate sensitivity to historic preservation requirements. - The work involves large-scale roofing projects on operational military facilities, requiring careful phasing, coordination, and adherence to safety and security protocols. - Contractors must be registered in the System for Award Management (SAM). **Submission Requirements:** Interested firms are requested to submit a capability statement that includes: - Company name, point of contact, UEI and CAGE code - Socio-economic status under NAICS 238160 - Brief descriptions of recent, relevant projects (including agency name, contract number, and agency POC) - Indication of prime or subcontractor role if performed under a teaming agreement Capability statements must be submitted via email to Robin Cole-Barden ([email protected]) and Christopher Nelson ([email protected]) no later than 1:00 PM local time on April 10, 2026. Telephone responses will not be accepted. **Additional Information:** Future updates, including any solicitation or amendments, will be posted on SAM.gov. Interested parties are responsible for monitoring the site for the latest information. For further details, refer to the official notice at: https://sam.gov/opp/6875ec42dd9c44e497d25a21b908fe0b/view