The Air Force is seeking Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program participants, HUBZone (Historically Underutilized Business Zone) businesses, Woman-Owned Small Businesses (WOSB), Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), Veteran-Owned Small Businesses (VOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to furnish all labor, equipment, devices, and materials and perform all work required to perform roof repair/replacement at Rome Research Site, Building 3. The work to be performed includes hazardous material abatement, general construction work, and incidental related work as indicated in the construction documents.
Note: This is a “sources sought” notice for planning purposes only. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future solicitation.
If this effort is set aside, FAR clause 52.219-14(e)(4), Limitations on Subcontracting, will apply. The contractor agrees that it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
The solicitation will be conducted under NAICS code 238160 with an associated small business size standard of $19,000,000 average annual revenue. No set-aside determination has been made at this time.
DESCRIPTION
Capable sources are sought to perform roof repair/replacement on Building 3 at the Air Force Research Laboratory, Rome Research Site, Rome, NY 13441. The anticipated period of performance is 90 days.
The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications (Attachment 1) and drawings (Attachment 2).
The work to be performed includes, but is not limited to, the following: hazardous material abatement, general construction work, and incidental related work, as indicated in the construction documents.
The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards.
The attached specifications (Attachment 1) and drawings (Attachment 2) provide further details for this requirement. The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work. Interested offerors are encouraged to review the attachments and provide comments and/or questions.
RESPONSE PROCEDURE
Prime contractors who are SB, SDB, 8(a), HUBZone, WOSB, EDWOSB, VOSB, or SDVOSB and who intend to submit a proposal must submit the following by 3:00 p.m. EDT, 02 September 2025:
(1) A positive statement of intent to submit a proposal for this solicitation as a prime contractor. Include a description of how the 75 percent subcontracting requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for.
(2) Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, SDB, 8(a), HUBZone, WOSB, EDWOSB, VOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);
All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, SDB, 8(a), HUBZone, WOSB, EDWOSB, VOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered ‘not interested’ in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Jennifer Calandra, Contract Specialist, at jennifer.calandra@us.af.mil , and copy John Haberer, Contracting Officer, at john.haberer@us.af.mil .
Point of Contact:
Jennifer Calandra
Contract Specialist,
Email: jennifer.calandra@us.af.mil
NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in the System for Award Management (SAM) at https://www.sam.gov .
This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.