B1245 Roof Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVSUP FLT LOG CTR PUGET SOUND is soliciting proposals for B1245 Roof Repair at Fleet Logistics Center Puget Sound (FLCPS), Bremerton, WA. This Solicitation is for the repair of a RUBB fabric structure on Building 1245. This is a Total Small Business Set-Aside. Proposals are due March 10, 2026, at 12:00 PM.
Scope of Work
The Contractor shall provide all personnel, materials, equipment, and resources necessary to repair approximately 5 feet of torn fabric in the roof/ceiling of the RUBB structure on Building 1245. Key requirements include:
- Inspecting the damaged area and associated structural elements.
- Submitting a repair plan for approval before execution.
- Installing compatible, watertight, and reinforced repair materials that match the existing fabric.
- Restoring the building to a functional, secure, and visually consistent condition.
- Safely accessing elevated areas using appropriate fall protection, lifts, or scaffolding.
- Removing all debris, protective coverings, tools, and equipment upon completion, leaving the site clean.
- Disposing of all waste and leftover materials offsite in accordance with local environmental regulations.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: To be completed no later than April 30, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J054 (Maintenance, Repair And Rebuilding Of Equipment: Prefabricated Structures And Scaffolding)
- Offer Due Date: March 10, 2026, 12:00 PM
- Questions Deadline: One day prior to the solicitation's closing date.
- Published Date: March 5, 2026
Evaluation
Award will be based on an evaluation of technical factors (including performance schedule), price, and past performance. These factors are of no order of relative importance. Price and past performance will also be considered for responsibility determination. Quotes must address the entire effort; quoting less than the entire effort may be deemed unacceptable.
Additional Notes
No site visit is scheduled. Performance hours are Monday through Friday, 7:00 am - 3:30 pm, excluding U.S. holidays. Workmanship is warranted for five (5) years from the date of final acceptance. Vendors requiring base access must register at http://dbids.dmdc.mil/home. Companies must be registered in SAM to receive an award. Invoices will be submitted via WAWF.