ROOF REPAIRS BUILDINGS HP51, HP53, HP55, HP57, HP255, AND HP265

SOL #: N4008526R9016Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Camp Lejeune, NC

NAICS

Roofing Contractors (238160)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 26, 2026, 6:00 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 / NAVFACSYSCOM MID-ATLANTIC is soliciting proposals for Roof Repairs on six buildings (HP51, HP53, HP55, HP57, HP255, and HP265) at Marine Corps Base Camp Lejeune, NC. This is a Total Small Business Set-Aside opportunity, with an estimated value between $5,000,000 and $10,000,000. Only Roofing MACC Contractors listed on the General Requirements cover page may submit a proposal. Proposals are due March 26, 2026, by 2:00 PM EST.

Scope of Work

The project, identified as 26-0400, involves two distinct types of roof repairs:

  • Buildings HP255 and HP265: Replacement of existing shingle roof systems with new aluminum standing seam metal roofing systems. This includes removal of existing components, replacement of damaged decking, installation of new drip edge, self-adhering ice/water membrane, elastomeric expansion joints, new suede-colored standing seam metal roof with vented ridge cap, and permanent fall protection. Work must meet 150 mph wind resistance standards.
  • Buildings HP51, HP53, HP55, and HP57: Installation of new architectural asphalt shingle roofs. This involves removal of existing shingles, replacement of damaged decking (up to 2,825 sq. ft. per building), installation of new ice/watershield, new asphalt shingles, metal drip edge, sistering rotten truss framing (up to 231 linear ft. per building), new pre-finished aluminum fascia and vented vinyl soffit, new vented ridge cap, new gutters and downspouts, replacement of expansion joints, vent boots, exhaust fans, roof hatches, and dormer shingles.

Contract Details & Timeline

  • Contract Type: Combined Synopsis/Solicitation (RFP 260400)
  • Estimated Value: $5,000,000 - $10,000,000
  • Completion Period: 360 days after award
  • Liquidated Damages: $880.00 per Calendar Day
  • Proposal Due Date: March 26, 2026, by 2:00 PM EST
  • RFIs Cut-off: March 11, 2026, by 2:00 PM EST
  • Proposal Acceptance Period: 60 days from receipt of offers

Eligibility & Set-Aside

This is a Total Small Business Set-Aside (FAR 19.5). Crucially, only Roofing MACC Contractors listed on the General Requirements cover page are eligible to submit proposals. Buy American requirements apply to construction materials.

Submission & Evaluation

Proposals must be submitted via email to brandi.l.porche.civ@us.navy.mil and lauren.f.loconto.civ@us.navy.mil. Award will be based on the Lowest Price, determined by adding prices for all six line items (ELINs 0001-0006). Offerors must bid on all line items; failure to do so may result in rejection. Bid bonds (20% for proposals >$150K) are required, with payment/performance bonds requested at award.

Site Visit & Special Requirements

An amendment (Amend 0001.pdf) has scheduled a site visit for Tuesday, March 3, 2026, at 0900, meeting at Building HP51. The deadline to request base access is Friday, February 27, 2026, at 1600. Contractors must acknowledge this amendment in their proposal. The facilities will remain operational during construction, requiring minimal interference. Contractors are responsible for field verification of conditions, adherence to OSHA standards, and compliance with the MCB Camp Lejeune Contractor Environmental Guide. Hazardous materials (asbestos, lead-based paint) are present, requiring surveys and remediation plans.

People

Points of Contact

Brandi PorchePRIMARY
Lauren LocontoSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View