INDEFINITE DELIVERY INDEFINITE QUANTITY MAINTENANCE CONSTRUCTION CONTRACT FOR ROOFING PRIMARILY FOR GOVERNMENT INSTALLATIONS AT PUBLIC WORKS DEPARTMENT PENNSYLVANIA
ID: N4008526B0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) maintenance construction contract focused on roofing services primarily for government installations in Pennsylvania. The contract encompasses roof repair, replacement, and various maintenance tasks at three key sites: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for ensuring the integrity and safety of government facilities, addressing issues such as deteriorating roofing systems and compliance with safety regulations. Interested small businesses must submit their bids electronically via the PIEE Solicitation Module by February 10, 2026, with a bid guarantee required and performance/payment bonds for task orders exceeding $150,000. For further inquiries, contact Brittany Cristelli at brittany.cristelli@navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the administrative, work restriction, and payment procedures for an Indefinite Quantity Contract focused on roof repair, replacement, and related maintenance at Navy installations in Philadelphia and Mechanicsburg, PA. Key aspects include mandatory participation in the Defense Biometrics Identification System (DBIDS) for installation access, detailed registration and eligibility requirements, and notification protocols for lost credentials or security risks. The document also covers contractor responsibilities for providing all necessary resources, adhering to quality standards, complying with safety regulations, and managing waste disposal. Specific administrative requirements include pre-construction meetings, regular reporting, work schedule approvals, and adherence to security regulations. Payment procedures detail the submission of a Schedule of Prices and various supporting documents for invoices, with provisions for government-furnished materials and salvage operations.
    This government file, Attachment J-0200000-05, details a comprehensive roofing contract (Solicitation/Contract No.: N40085-26-D-XXXX) outlining a wide range of services and supplies for roof decks, insulation, shingled roof systems, built-up roofs, roof and parapet wall dampproofing, metal gutters and downspouts, and various drain, strainer, scupper, and flashing components. The contract includes provisions for removing and replacing existing roof elements, installing new materials (e.g., steel/wood roof decking, different types of shingles, E.P.D.M. and TPA roof systems), and performing maintenance tasks such as cleaning gutters and drains, resealing joints, and power washing. Additionally, it covers specialized services like asbestos abatement, lead-based paint removal, and roof surveys/assessments. The file also outlines non-prepriced labor, material, and command interest work, with material costs and labor rates to be negotiated. Service calls are specified with a 24-hour response time and a cost limit of $2,500.00. The total price for the base option year encompasses all listed line items.
    The PNBC Gutter and Drain Cleaning attachment details the scope of work for gutter, drain, and roof cleaning services across various buildings. The document lists numerous facilities (e.g., Building 29, 4, 633, 670, 745, 756, 77H, 77L, 87, 666, 770, 771, 776, 779, 1000, 519/520, 542), specifying their roof types, approximate square footage, construction dates, and warranty information. Key requirements include conducting cleanings six times a year (February, April, June, September, October, November) with an option for two additional as-needed cleanings, and monthly inspections regardless of cleaning. Contractors must provide access means for roofs noted with "Ladder" or "High reach / ladder." Inspections involve visual examinations for damage or wear, with reports submitted within seven days and repair estimates for any identified issues. Cleaning entails removing all debris from drains, roof surfaces, gutters, and downspouts, ensuring proper drainage. This document serves as a detailed outline for potential contractors bidding on gutter and drain cleaning services for government facilities.
    The document outlines roof maintenance requirements for Building 44, which has a 6/12 pitch parapet roof constructed in 2005 with granite shingles. Key aspects include bi-annual cleaning of the roof, gutters, and drains, scheduled for April 15-30 and December 01-15. An annual inspection is to be conducted during the April cleaning. The document also makes note of the roof's manufacturer warranty and roof access details.
    Attachment B outlines the comprehensive scope of work for a roof survey and assessment, likely part of a government Request for Proposal (RFP) for facility maintenance or upgrade projects. The process involves interviewing tenants for roof history, visually inspecting roof systems, and identifying defective areas and moisture sources. A detailed written report is required, covering roof age, type, deck type, general and specific conditions (base/curb flashing, penetrations, wall-to-roof), hazardous material test results, moisture and thermal image conditions, core samples, and drainage systems. The report must also include recommended repairs, estimated remaining roof life, sketches, photographs, and a detailed cost estimate for necessary repairs. This thorough assessment aims to provide a complete understanding of the roof's condition for informed decision-making regarding repairs or replacement.
    The Rickover Hall Roof Fire incident, caused by a contractor's carpenter improperly using a torch on a cold patch product and setting the existing roof insulation on fire, exposed critical safety and procedural lapses. Despite initial extinguishment, the fire reignited hours later, leading to significant water damage due to an out-of-service Fire Department Connection (FDC) and an activated sprinkler head. The incident highlighted issues such as unqualified personnel performing hot work, failure to report fires to the Fire Department, and lack of proper FDC lockout/tagout procedures. Similarities to other NAVFAC roofing project fires include unqualified personnel, presence of a fire watch for the required time, and smoldering materials igniting after the fire watch was lifted. Recommended actions include requiring proof of training and certification for all roofing personnel, mandating CERTA certification for hot work, implementing comprehensive pre-hot work surveys, and utilizing heat detection devices before lifting fire watches. Additionally, a separate hot work permit process specifically for roof operations is recommended to ensure adherence to post-inspection and fire watch procedures, improving safety and compliance in future government roofing projects.
    The provided document is a map detailing the layout and key features of NSA Philadelphia (NSAP). It outlines the installation boundary and identifies various internal and surrounding streets, including TABOR AVE, FOSTER AVE, GATES AVE, and WOOD AVE. Key facilities and landmarks within the installation are marked, such as PARKING LOT, SALT DOME, BALL FIELDS, and specific gates like MAIN GATE and GODFREY GATE. The map also pinpoints locations for CAFEs and identifies areas associated with DLA and NEX. A NORTH arrow and a scale bar (0, 150, 300, 600 Feet) are included to provide orientation and distance references. This document serves as a geographical overview of NSAP, likely used for navigation, planning, or operational awareness within a government context.
    This government file is a map detailing the layout of the Philadelphia Navy Yard Annex (PNYA) at NSA Mechanicsburg, dated January 2023. The map outlines various streets and avenues within the annex, including S Broad St, Langley Ave, Constitution Ave, 20th, 19th, 18th, 17th, S 13th St, S 16th St, Kitty Hawk Ave, League Island Blvd, Intrepid Ave, S 11th St, S 12th St, Admiral Peary Way, Flagship Ave, Basin Bridge Rd, and S 15th St. It also identifies specific locations such as "Trailers." The document is marked "FOR OFFICIAL USE ONLY" and states that it was "Developed for planning purposes only and subject to change." The map includes a scale and a North arrow. This file serves as a planning document, likely for logistical or operational purposes within the PNYA, showing the installation boundary and key navigational points.
    The document provides detailed specialized roof inspection reports for various facilities at the Carderock Division, Naval Surface Warfare Center, Philadelphia, PA. These inspections identify numerous deficiencies across different buildings, including missing shingles, poor gutter slopes leading to standing water and sediment, deteriorating flashing, voids in vent sealants, clogged drains, and general membrane fatigue. Several roofs exhibit exposed foam, holes, splits, and failed repairs in their coating systems, along with issues like improper wall flashing and deteriorated gravel stops. While some areas, particularly EPDM roof sections, show only minor deficiencies or no detected moisture, many others require significant repairs or complete replacement due to widespread deterioration. The reports include condition plans, NDE plans, and drawing legends to illustrate the observed issues and guide future maintenance or renovation efforts.
    Table 1 for Section 07 60 00,
    The document references
    The provided document is a
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors, particularly those engaging with the Department of Defense (DoD), to register and manage roles within the PIEE Solicitation Module. This platform streamlines solicitation processes for federal government RFPs. New users can self-register for an account, create security questions, complete user and company profiles, and select vendor roles like 'Proposal Manager' (for submitting offers) or 'Proposal View Only.' Existing users can add these roles by verifying their profile and following similar steps. The guide provides detailed instructions, including CAGE Code entry, justification, and agreement review. It also includes sections for help, account support, and technical assistance, along with a matrix detailing the actions and menu items available for each role.
    The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer might not be able to render the document type and recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux. The file also provides links for downloading Adobe Reader and for seeking further assistance. This document serves as a placeholder or error message within a government file system, likely for RFPs, grants, or similar documents, indicating an issue with accessing the primary content.
    This solicitation outlines an Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract for roofing repair and replacement services primarily for government installations under Public Works Department Pennsylvania. Issued as a Total Small Business Set-Aside (NAICS 238160, $19 million size standard), the contract has an estimated value between $10 million and $25 million over a five-year ordering period, including a base year and four option years. The scope of work includes hazmat testing, remediation, mold remediation, labor, materials, and equipment for roof-related services at Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. Bids will be evaluated based on price and price-related factors, requiring a lump sum for CLINs and unit prices for ELINs. A pre-bid conference and site visits are scheduled for January 2026, with strict access requirements including citizenship proof and 5512 forms submission by January 2, 2026. Bid submission is electronic via the PIEE Solicitation Module by February 10, 2026, at 02:00 PM local time. A bid guarantee is required, and performance/payment bonds are mandatory for task orders exceeding $150,000.
    Similar Opportunities
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for roof inspection, repair, and maintenance services under Invitation for Bid (IFB) No. W912C326BA002. The project, which is a total small business set-aside, requires contractors to perform comprehensive roof inspections, provide detailed reports, and execute repairs or replacements on various roofing systems, including modified bitumen and metal roofs, while adhering to strict safety and environmental regulations. The estimated contract value ranges between $5 million and $10 million, with a bid bond guarantee of 20% required. Interested vendors must submit their bids by the specified deadline and ensure compliance with all solicitation amendments; for further inquiries, they can contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Roofing Repair, and Replacement Follow-on (R3F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Roofing Repair and Replacement Follow-On (R3F) project, which involves commercial roof replacement, repair, and inspection services at various installations across the Continental United States and Alaska. The procurement aims to address a range of roofing needs, including low-slope, steep slope, and metal roofs, while also encompassing associated components such as thermal insulation and drainage systems, with incidental construction activities allowed under certain conditions. This opportunity is significant for maintaining the integrity of military facilities and ensuring compliance with safety and regulatory standards. The contract, valued at up to $450 million, is a 100% Small Business Set-Aside with an 8(a) reserve for projects under $250,000, and the formal solicitation is expected to be posted on SAM.gov around January 17, 2026, with proposals due by February 14, 2026. Interested parties can contact Neil E. Amrstrong at neil.armstrong.1@us.af.mil or Tier Blanco at tier.blanco@us.af.mil for further information.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This procurement is a Total Small Business Set-Aside, allowing only pre-approved Roofing MACC Contractors to submit bids for the project, which has an estimated cost between $1,000,000 and $5,000,000 and requires completion within 450 days post-award. The solicitation emphasizes strict adherence to safety standards, personnel qualifications, and electronic management protocols, with proposals due by January 15, 2026, at 2:00 PM EST. Interested contractors can contact Jessica Huebner or Lauren Loconto for further details and clarification.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is issuing a pre-solicitation notice for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Sustainment Restoration and Modernization (SRM) construction projects. This contract is set aside exclusively for small businesses and will encompass a range of Design-Build and Design-Bid-Build construction projects, including renovations, new constructions, and various minor repairs within the Philadelphia District's Area of Responsibility. The procurement process will utilize a two-phase best value methodology, with the intent to award up to five contracts based on price and technical factors, and proposals for Phase 1 are expected to be due around February 2, 2026. Interested vendors should contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or call 215-656-6761 for further details and ensure they are registered in the System for Award Management (SAM) database.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    DLA: Roof Repairs Buildings 147 and 148
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs and structural modifications at Buildings 147 and 148 located at Marine Corps Air Station Cherry Point, North Carolina. The project encompasses comprehensive structural repairs, roof system replacements, and exterior wall repairs, specifically targeting various bays within the buildings, with a total estimated cost between $10 million and $25 million. This procurement is critical for maintaining the integrity and safety of the facilities, which will remain occupied during the work. Interested small businesses must submit proposals by January 16, 2026, and acknowledge the recent amendment extending the Request for Information deadline to December 29, 2025. For further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or call 910-939-9848.
    DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is conducting market research to identify eligible small businesses for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for large projects in the Hampton Roads Area of Responsibility, Virginia. This contract will encompass a variety of construction services, including new construction, demolition, repair, alteration, and renovation of various facilities, with an estimated total construction cost of up to $975 million over five years. Interested small businesses must demonstrate relevant experience as prime contractors on projects valued at $30 million or more, with specific requirements for bonding capacity and project complexity. Responses are due by January 2, 2026, and should be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.