INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) SMALL BUSINESS (SB) SET ASIDE FOR ROOFING SERVICES FOR FACILITIES PRIMARILY IN THE NAVFAC WASHINGTON, AREA OF RESPONSIBILITY (AOR)
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 WASHINGTON is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for roofing services within the NAVFAC Washington Area of Responsibility (AOR). This is a Total Small Business Set-Aside. The solicitation is currently in Phase II, with proposals due by May 26, 2026, at 2:00 PM ET.
Opportunity Overview
This MACC will result in approximately five (5) Design-Build (DB)/Design-Bid-Build (DBB) contracts. The total estimated construction cost for all contracts is not to exceed $249,000,000 over an eight-year period (two-year base + two three-year options). Individual task orders are expected to range from $150,000 to $15,000,000, with a minimum guarantee of $5,000 per successful offeror.
Key Requirements & Scope
The MACC encompasses a wide variety of roofing projects, including new construction, demolition, repair, alteration, and renovation of roofing and associated materials. This may involve minor general construction scope (architectural, structural, mechanical, electrical). Specific tasks include removal/reinstallation of roof-mounted equipment, framing, patching, electrical/gas/refrigeration/steam/condensate services, roofing demolition/debris handling, new roofing installation, scheduled/emergency repairs, and work on roof drains, gutters, parapet walls, flashing, decking, fall protection, access ladders/hatches, and expansion joints. Projects may also involve handling and disposal of asbestos-containing and lead-containing materials, as well as interior dust and debris containment. Facilities include administrative, industrial, maintenance, warehouses, communications, medical, and airfields.
Submission & Evaluation
This is a best-value tradeoff solicitation. Evaluation factors include Technical Approach, Corporate Experience, Management Approach, Safety, Past Performance, and Price. Corporate Experience (Factor 2) requires relevant projects with a construction value between $250,000 and $2,000,000 (projects below $250,000 are not relevant). At least one relevant project must have a final construction cost of at least $5,000,000 and a total roofing area of at least 50,000 SF. This $5M requirement also applies to Design Experience. Prime offerors can submit joint venture or first-tier subcontractor experience. "Replacement of Roofing System" is distinct from "New Installation of Roofing System." Management Approach (Factor 3) has an 8-page limit (4 double-sided), excluding ECATTS certificates and schedules. A demonstration project, the E-USU-76 Roof Garden at NSA Bethesda, MD, will be used for pricing evaluation, with a site visit and bid bond required in Phase II. Proposals must be submitted electronically via the PIEE Solicitation Module (DoD SAFE as alternate), with price information submitted separately.
Important Updates & Deadlines
The solicitation has undergone multiple amendments. Amendment 0013, the latest, provides Phase II instructions and evaluation factors, setting the Phase II proposal due date as May 26, 2026, at 2:00 PM ET. It also incorporates updated wage determinations, new FAR clauses (including UAS prohibition and cybersecurity), and new attachments (PPI Log Template, Price Proposal Form, USU Roof Specifications, USU Roof Garden Drawings). Offerors must adhere to the updated Phase II instructions and ensure their proposals reflect the clarified experience requirements and submission format.
Contacts: Lindsay Brown (lindsay.naill@navy.mil, 2026853192) or TRE'VON TAYLOR (trevon.r.taylor@navy.mil, 2024490395).