Search Contract Opportunities

FY25 Perry Tower Roof Replacement

ID: W912DQ25QA020 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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

Overview

Response Deadline
Sept. 17, 2025, 1:00 p.m. EDT Due in 20 Days
Posted
Aug. 8, 2025, 12:16 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Perry, KS 66073 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$200,000 - $500,000 (AI estimate)
Odds of Award
80%
On 8/8/25 USACE Kansas City District issued Presolicitation W912DQ25QA020 for FY25 Perry Tower Roof Replacement due 9/17/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238160 (SBA Size Standard $19 Million) and PSC M1KA.
Primary Contact
Name
Evan Oathout   Profile
Phone
(816) 389-2028

Secondary Contact

Name
Christopher Anderson   Profile
Phone
(816) 389-3850

Documents

Posted documents for Presolicitation W912DQ25QA020

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DQ25QA020

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DQ25QA020

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DQ25QA020

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
Aug. 8, 2025
Last Updated By
cade.s.zelinsky@usace.army.mil
Archive Date
Oct. 2, 2025