INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) SMALL BUSINESS (SB) SET ASIDE FOR ROOFING SERVICES FOR FACILITIES PRIMARILY IN THE NAVFAC WASHINGTON, AREA OF RESPONSIBILITY (AOR)
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, NAVFACSYSCOM WASHINGTON, is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Roofing Services within the NAVFAC Washington Area of Responsibility (AOR). This is a Total Small Business Set-Aside. Proposals are due by January 30, 2025, at 2:00 PM local time.
Opportunity Overview
This acquisition aims to award approximately five (5) Design-Build (DB)/Design-Bid-Build (DBB) MACC contracts. The scope encompasses a wide variety of roofing projects, including new construction, demolition, repair, alteration, and renovation of roofing and related materials. This may involve minor general construction elements (architectural, structural, mechanical, electrical), equipment handling, hazardous material abatement (asbestos, lead), and work on diverse facilities such as administrative, industrial, medical, and airfield structures.
Contract Details
The IDIQ contracts will have an 8-year duration, consisting of a two-year base period and two three-year option periods. The total estimated construction cost for all contracts is not to exceed $249,000,000. Individual task orders are expected to range from $150,000 to $15,000,000, with a guaranteed minimum award of $5,000 to each successful offeror. After initial awards, contractors will compete for task orders based on best value (tradeoff or lowest price technically acceptable).
Submission & Evaluation
Proposals will be evaluated on a best-value tradeoff basis, considering factors such as Technical Approach, Corporate Experience, Management Approach, Safety, Past Performance, and Price.
- Corporate Experience (Factor 2): Requires projects with a construction value between $250,000 and $2,000,000. At least one relevant project must have a final construction cost of $5,000,000 and a total roofing area of 50,000 SF. This also applies to Design Experience. Prime offerors may submit joint venture or first-tier subcontractor experience.
- Management Approach (Factor 3): The page limit has been increased to 8 pages (4 double-sided), excluding ECATTS certificates and schedule.
- Submission Method: Proposals must be submitted electronically via the PIEE Solicitation Module. DoD SAFE is an alternate method if PIEE is unsuccessful, requiring a 7-day advance request. Price information must be submitted separately from non-price/technical proposals. Offerors must acknowledge Amendment 0010.
- Demonstration Project: The E-USU-76 Roof Garden at NSA Bethesda, MD, will be used for pricing evaluation and may be part of the initial contract. A site visit for this project will be held in Phase II, where a bid bond will also be required.
Key Amendments
Amendment 0010 re-opened the solicitation and extended the proposal due date to January 30, 2025. It also detailed electronic submission requirements and clarified proposal content formatting. Other amendments clarified Factor 2 (Corporate Experience) labeling and criteria, added a FAR clause (52.240-1), and provided RFI responses.
Contact Information
For inquiries, contact Lindsay Brown at lindsay.naill@navy.mil or 202-685-3192, or TRE'VON TAYLOR at trevon.r.taylor@navy.mil or 202-449-0395.