INDEFINITE DELIVERY INDEFINITE QUANTITY MAINTENANCE CONSTRUCTION CONTRACT FOR ROOFING PRIMARILY FOR GOVERNMENT INSTALLATIONS AT PUBLIC WORKS DEPARTMENT PENNSYLVANIA
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 MID-ATLANTIC, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Maintenance Construction Contract for Roofing Repair and Replacement services. This contract primarily supports government installations at Public Works Departments in Philadelphia Naval Business Center (PNBC), Naval Support Activity Philadelphia (NSA-P), and Naval Support Activity Mechanicsburg (NSA-M), Pennsylvania. This is a Total Small Business Set-Aside.
Scope of Work
The IDIQ contract covers comprehensive roof repair, replacement, and various associated maintenance services. This includes hazmat testing, remediation, mold remediation, labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout, quality control, and traffic control. All services must comply with IDIQ Contract specifications, task order RFPs, applicable Building Codes, and United Facility Criteria (UFCs). Specific Exhibit Line Items (ELINs), revised by Amendment 0005, detail a wide range of roofing tasks, from removal and replacement of various materials (shingles, metal, built-up, EPDM, TPA) to flashing, gutters, downspouts, and specialized services like asbestos and lead-based paint removal. Non-prepriced labor, materials, and command interest work will require negotiation per task order.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price
- Period of Performance: Five (5) year ordering period (one base year + four 12-month option years)
- Estimated Value: Between $10,000,000 and $25,000,000 for the total period
- Minimum Guarantee: $5,000.00 via task order
- Set-Aside: Total Small Business (NAICS Code: 238160, $19,000,000 size standard)
Key Requirements & Specifications
Amendment 0005 revised general specifications detailing installation access procedures (DBIDS, One-Day Passes), contractor-furnished item requirements, and warranty clauses (FAR 52.246-21 minimum). Administrative requirements cover directives, fire prevention, waste disposal, safety reporting, vehicle identification, permits, daily reports, work schedules, utility scoping, and protection of property. Revised attachments provide specific roof conditions and maintenance requirements for various buildings at NSWC PNYA and PNYA CNIC Bldg. 44, including roof types, sizes, construction dates, and access methods. Bidders must adhere to detailed specifications for sheet metal, copper sheet metal, and steel standing seam roofing components.
Submission & Evaluation
Electronic bids must be submitted via the PIEE Solicitation Module. Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors. Offerors must submit a bid guarantee and performance and payment bonds. Instructions for PIEE vendor registration and role assignment are provided.
Amendments & Clarifications
Amendment 0005, posted February 27, 2026, incorporated responses to Pre-Proposal Inquiries (PPIs) and revised several key attachments, including General Specifications, Roof Survey Check List, NSWC PNYA Roofs, PNYA CNIC Bldg. 44 Roof, and the Roofing IDIQ ELINs. It also added an NSA-M Base Map. The bid due date was extended multiple times, with the final extension to March 10, 2026, 14:00 EDT, confirmed by Amendment 0004 and 0005.
Safety Considerations
A "Lessons Learned" document highlights critical safety and procedural failures from a past roof fire incident. Bidders should review this to inform their Activity Hazard Analysis (AHA) and operational plans, emphasizing personnel qualification (e.g., CERTA), strict adherence to manufacturer instructions, immediate fire reporting, enhanced fire watch procedures, FDC management, and tailored hot work permitting.
Deadlines & Contacts
- Opportunity Published: February 27, 2026
- Proposal Due Date: March 10, 2026, 14:00 EDT
- Primary Contact: Brittany Cristelli (brittany.cristelli@navy.mil, 757-341-1978)
- Secondary Contact: John Bishop (john.p.bishop23.civ@us.navy.mil)