- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
PKAA PVC Roofs (Construction)
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: WY. Response deadline: Apr 15, 2026. Industry: NAICS 238160 • PSC Z2JZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 238160 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 32 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238160
Description
Some areas edited as of 9 April 2026.
This is a Pre-Solicitation Notice:
The Government currently plans to issue solicitation number FA461326B0001, PKAA PVC Roofs (Construction) for F. E. Warren AFB, WY. This acquisition is a 100% small business under NAICS code 238160 Roof Contractors, with a size standard of $19.0 million.
Roof type 1 (BLDS 1284, 325, 332, 1164, 1292) requires a fully adhered membrane roof system that provides an edge to edge, no dollar limit warranty and must be able to withstand a 3" diameter hail stone, 120 MPH minimum winds and a 20-year warranty period. Additionally, it includes demo of existing PVC down to the roof deck and include prefinished metal copings, where required, flashings, class 1 vapor barrier, fully adhered PVC membrane, 2 layers of mechanically fastened, 2.6" polyisocyanurate rigid insulation, 5/8" thick high-density gypsum, fully adhered, fasteners, adhesives, roof drains and metal roof drain covers. Total weight cannot exceed 4PSF. Roof type 2 (BLD 34) requires a fully adhered membrane roof system that provides an edge to edge, NO dollar limit warranty and must be able to withstand a 2" diameter hail stone, 120 MPH minimum winds and a 20-year warranty period. Additionally, it includes demo of existing PVC down to the roof deck and includes prefinished metal copings, where required, flashings, class 1 vapor barrier, fully adhered PVC membrane, 2 layers of mechanically fastened, 2.6" polyisocyanurate rigid insulation, 1/4" thick high-density gypsum, fully adhered, fasteners, adhesives, roof drains and metal roof drain covers. Total weight cannot exceed 2.81PSF. BLD 1164 also requires a lightning protection engineer to verify the existing lightning protection system is in working order and code compliant. All minor items of work that are manifestly necessary or customary shall be performed as if fully set forth and described in the Drawings and in the Specifications.
The magnitude for this acquisition is between $8,000,000.00 and $13,000,000.00. The contractor shall abide by all local, state, and federal EPA guidelines and regulations during the performance of the awarded contract. In accordance with Department of Defense (DoD) policy, all contractors must be registered in System for Award Management (SAM), https://www.sam.gov, to be eligible to receive an award. Additionally, all contractors, in accordance with Provision DFARS 252.204-7025, will need to hold a level 2 CMMC rating to be eligible for award.
It is anticipated that the Invitation for Bid (IFB) will be issued on or about 15 April 20026 and will be posted on the Government-wide Point of Entry (GPE) at https://www.sam.gov.
Foreign participation IS NOT PERMITTED at the prime contractor level in this acquisition. This restriction is necessary for reasons of national security. Subcontracting to foreign firms may be permitted subject to U.S. law, regulation, and the terms of this solicitation, including requirements for the control of export-controlled technical data.
All responsible sources may submit a bid which will be considered by the agency in accordance with solicaiton and sealed bid procedures.
This solicitation will be available via internet only, meaning solicitation documents will not be available by any other means. Questions shall be submitted in writing and directed to:
Andrea McCurry, Contract Administrator: andrea.mccurry@us.af.mil; and Mr. Arthur Makekau, Contracting Officer: arthur.makekau@us.af.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.