MINI RUBB BUILDING 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, specifically NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for Mini RUBB Building Roof Repair services at Naval Base Kitsap (NBK) Bremerton, WA. This Request for Quotation (RFQ), issued as a commercial services solicitation in accordance with FAR Part 12, constitutes the only solicitation; a separate written solicitation will not be issued. The effort seeks a contractor to replace the waterproof tension fabric covering on Building 954 Annex. The government anticipates awarding a firm, fixed-price service contract. This acquisition is a Total Small Business Set-Aside. Offers are due by April 13, 2026, at 08:00 AM Local Time.
Scope of Work
The required services include:
- Removal and proper disposal of the existing waterproof tension fabric covering.
- Installation of new materials to replace the old covering.
- Ensuring all seams, joints, and repairs are watertight, reinforced, and compliant with manufacturer and industry standards.
- Restoring Building 954 Annex to a functional, secure, and visually consistent condition.
- Safely accessing elevated areas using appropriate fall protection, lifts, or scaffolding.
- Cleaning the site and removing all debris, waste, and leftover materials offsite in accordance with local environmental regulations. The work is to be completed within one week of the award date.
Contract Details
- Contract Type: Firm, Fixed-Price Service Contract
- Period of Performance: One week, to be completed between the award date and September 30, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561210 (Facilities Operations Support Services)
- Size Standard: $47,000,000.00
Submission & Evaluation
- Offer Due Date: April 13, 2026, at 08:00 AM Local Time.
- Questions Deadline: Three days prior to the solicitation due date.
- Site Visit: A site visit is scheduled for Tuesday, April 7, 2026, from 10:00 AM to 11:30 AM Pacific Time. Base access requires prior registration via the BAVR website.
- Evaluation Factors: Proposals will be evaluated based on technical capability (including delivery date), price, and past performance. These factors are not listed in any particular order of relative importance.
- Invoicing: Invoices will be submitted via Government Commercial Purchase Card (GCPC).
Additional Notes
Offerors must quote on the entire effort; partial quotes may be deemed unacceptable. Any exceptions to the solicitation's terms, conditions, specifications, or Performance Work Statement (PWS) must be explicitly noted. All offerors must be actively registered in SAM.gov. Vendors requesting base access for the site visit must register via the DBIDS website.