Reroofing Revitalization
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 National Aeronautics and Space Administration (NASA)/Armstrong Flight Research Center (AFRC) is conducting a Sources Sought (Notice ID: 80AFRC26SS010) to identify qualified firms for a Reroofing Revitalization effort at Edwards Air Force Base (EAFB), California. This is not a Request for Proposal; it is for market research purposes. Capability statements are due by February 23, 2026.
Scope of Work
This effort involves a full-scale design-build reroofing revitalization. The scope includes, but is not limited to:
- Complete roof system replacements.
- Repair, renovation, and upgrade of roofing components.
- Restoration of building envelope systems across multiple facilities.
- Installation and upgrading of guardrails and fall-protection systems.
- Improvements to roof access and safety features.
- Removal and replacement of existing storm drainage systems. Firms must demonstrate experience with standing seam metal roofs and/or weldable thermoplastic membranes.
Contract & Timeline
- Type: Sources Sought / Market Research (Product Service Code: Z2JZ - Repair Or Alteration Of Miscellaneous Buildings)
- Set-Aside: None specified; the government reserves the right to set aside this requirement for small business based on responses received.
- Response Due: February 23, 2026, 10:00 AM Pacific Time
- Published: February 3, 2026
- Place of Performance: Edwards Air Force Base, CA
Submission Requirements
Interested firms must submit a capability statement (no more than fifteen pages) addressing the requirements in Attachment 1 – REQUIRED CAPABILITIES. This includes:
- Company name, address, primary point of contact, telephone number, and SAM Unique Entity Identifier (UEI).
- Indication of interest as a prime contractor or subcontractor.
- At least three relevant contract examples (roofing construction, reroofing, building envelope rehabilitation) on industrial, aviation, or mission-critical facilities.
- At least one example where the Respondent was the Prime Contractor, self-performing at least 51% of the physical work.
- Details for each example: basic contract information, facility characteristics, and a technical capability narrative covering planning, system replacement, safety systems, drainage, and quality control. Submissions are electronic via email to Cacie Carrillo (cacie.carrillo@nasa.gov) and Lonna Rumsey (lonna.rumsey@nasa.gov).
Additional Notes
This notice is for information and planning purposes only and is not a commitment by the Government. No solicitation exists; firms should monitor SAM.gov for any future releases. The government will not pay for information solicited, and respondents will not be notified of evaluation results.