DLA: Roof Repairs Buildings 147 and 148

SOL #: N400857514700Solicitation

Overview

Buyer

NORFOLK, VA, 23511-0395, United States

Place of Performance

Cherry Point, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Jan 16, 2026
3
Submission Deadline
Jan 14, 2026, 5:00 PM

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 / NAVFACSYSCOM MID-ATLANTIC is soliciting proposals for Roof Repairs for Buildings 147 and 148 at Marine Corps Air Station Cherry Point, NC. This project involves significant structural repairs, timber component replacement, roof system replacement, and exterior wall repairs for these buildings. This is a Total Small Business Set-Aside opportunity, however, only existing mechanical MACC holders are eligible to submit proposals. The estimated cost range is $10,000,000 to $25,000,000. Proposals are due Monday, January 26, 2026, at 3:00 P.M. local time.

Scope of Work

The project encompasses comprehensive repairs and replacements for Buildings DDCN-00147 and DDCN-00148. The base work (CLIN 0001) includes:

  • Structural repairs for Bays A, B, C, and D of both buildings, including column, beam, and truss assembly replacement, and timber structure component repairs.
  • Roof system replacement and associated repairs for Bays A, B, C, and D of DDCN-00148.
  • Exterior wall repairs for both buildings.

Optional work includes:

  • Option 01 (CLIN 0002): Structural repairs and roof system replacement for Bay E of DDCN-00148.
  • Option 02 (CLIN 0003): Structural repairs and roof system replacement for Bay F of DDCN-00148.

Key considerations include working in occupied buildings, adherence to strict security and access protocols, and managing potential asbestos-containing materials identified in related facilities (though not detected in B148).

Contract Details

  • Contract Type: Task Order award under an existing contract (MACC).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
  • Estimated Value: $10,000,000 to $25,000,000.
  • Contract Completion: 640 calendar days for the base work; 680 calendar days if options are exercised.
  • Liquidated Damages: $1,670 per calendar day for delays.
  • Bonding: Bid bonds required for proposals over $150K; Payment bonds for proposals over $35K.

Eligibility & Set-Aside

This is a Total Small Business Set-Aside (FAR 19.5). However, eligibility is restricted to only existing mechanical MACC holders listed on the solicitation. Proposals from non-MACC holders will not be considered.

Submission & Evaluation

  • Proposal Due Date: Monday, January 26, 2026, at 3:00 P.M. local time.
  • Submission: Electronically to specified email addresses.
  • Basis for Award: Lowest Price, based on the total sum of CLINs 0001, 0002, and 0003.
  • Evaluation: Government intends to award without discussions. Proposals may be rejected if materially unbalanced.
  • Amendments: Offerors must acknowledge all amendments with their proposal. Amendment 0003 provided responses to Pre-Bid RFIs and updated specification sections 01 14 00 and 01 20 00, clarifying requirements for cost-loaded schedules (now Schedule of Values) and experience with heavy timber construction.
  • Site Visit: A mandatory site visit was held on December 18, 2025.

Key Documents

Bidders should review detailed drawings (structural, architectural, civil, demolition), comprehensive specifications (demolition, concrete, metal, carpentry, roofing, environmental protection), pricing procedures (Section 01 20 00), work restrictions (Section 01 14 00), and asbestos reports for full project understanding.

Contact Information

Primary Point of Contact: Eileen Mieko Cole, eileen.m.cole2.civ@us.navy.mil, 910-939-9848.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Jan 16, 2026
View
Version 3
Solicitation
Posted: Jan 14, 2026
View
Version 2Viewing
Solicitation
Posted: Dec 22, 2025
Version 1
Solicitation
Posted: Dec 15, 2025
View