MINI RUBB BUILDING ROOF REPAIR

SOL #: N0040626Q0044Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Facilities Support Services (561210)

PSC

Facilities Operations Support Services (S216)

Set Aside

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

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 13, 2026, 3:00 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, specifically NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for Mini RUBB Building Roof Repair Services at NBK Bremerton, WA. This acquisition is a Total Small Business Set-Aside for the replacement of the waterproof tension fabric covering on Building 954 Annex. The government anticipates awarding a firm, fixed-price service contract. Offers are due by April 13, 2026, at 8:00 AM Local Time.

Scope of Work

This project involves the comprehensive replacement of the waterproof tension fabric covering on Building 954 Annex (80' long x 42' wide with 12' walls, straight-wall structural style, mono-cover system). Key tasks include:

  • Removal and proper disposal of the old covering.
  • Installation of new materials, ensuring all seams, joints, and repairs are watertight, reinforced, and compliant with manufacturer and industry standards.
  • Restoration of the building to a functional, secure, and visually consistent condition.
  • Safe access to elevated areas using appropriate fall protection, lifts, or scaffolding.
  • Site cleanup and removal of all debris, waste, and leftover materials offsite.
  • The new tarp material must meet NFPA 701 fire retardant/resistant requirements.

Contract & Timeline

  • Contract Type: Firm, Fixed-Price Service Contract
  • Set-Aside: Total Small Business (FAR 19.5)
  • NAICS Code: 561210 (Facilities Operations Support Services), Size Standard: $47,000,000.00
  • Period of Performance: Work to be completed within one week of award, with project completion by August 31, 2026.
  • Offer Due Date: April 13, 2026, 8:00 AM Local Time
  • Questions Deadline: Three days prior to the solicitation due date.
  • Published Date: April 8, 2026

Evaluation Factors

Award will be based on a combination of technical capability (including delivery date), price, and past performance. These factors are not listed in any particular order of relative importance.

Additional Notes

  • Offerors must quote on the entire effort; partial quotes may lead to unacceptability.
  • Any exceptions to the solicitation's terms, conditions, specifications, or Performance Work Statement (PWS) must be explicitly noted.
  • Offerors must be registered in SAM.gov.
  • Invoices will be submitted via Government Commercial Purchase Card (GCPC).
  • A site visit was held on April 7, 2026, and resulting Questions & Answers (Q&A) have been incorporated via Amendment 0001. Vendors requiring base access must register via the DBIDS website.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 8, 2026
Version 1
Solicitation
Posted: Mar 31, 2026
View