INDEFINITE DELIVERY INDEFINITE QUANTITY MAINTENANCE CONSTRUCTION CONTRACT FOR ROOFING PRIMARILY FOR GOVERNMENT INSTALLATIONS AT PUBLIC WORKS DEPARTMENT PENNSYLVANIA
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 MID-ATLANTIC is soliciting bids for an Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance Construction Contract for Roofing services. This contract primarily supports Government installations at Public Works Department Pennsylvania, specifically the Philadelphia Naval Business Center (PNBC), Naval Support Activity Philadelphia (NSA-P), and Naval Support Activity Mechanicsburg (NSA-M). This opportunity is a Total Small Business Set-Aside. Bids are due by March 30, 2026, at 14:00 EDT.
Scope of Work
This IDIQ contract covers comprehensive roof repair, replacement, and various associated maintenance services. The scope includes hazmat testing, remediation (including mold), provision of labor, materials, equipment, tools, transportation, supervision, safety protocols, roof surveys, engineering layout, quality control, and traffic management. Services must adhere to IDIQ Contract specifications, task order RFPs, applicable Building Codes, Unified Facilities Criteria (UFCs), and referenced standards. Detailed Exhibit Line Item Numbers (ELINs) outline specific roofing tasks, including removal and replacement of various materials, specialized services like asbestos abatement and lead-based paint removal, and emergency service calls.
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ), Firm Fixed Price.
- Period of Performance: A five (5) year ordering period, comprising a base period and four (4) 12-month option periods.
- Estimated Value: The magnitude of construction is estimated between $10,000,000 and $25,000,000 for the base period plus option years.
- Minimum Guarantee: $5,000.00 via task order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238160, Roofing Contractors, with a Small Business Size Standard of $19,000,000.
Key Requirements & Specifications
Bidders must adhere to detailed technical specifications for materials (e.g., TPO roofing, copper sheet metal, steel standing seam roofing) and execution. Installation access procedures via the Defense Biometrics Identification System (DBIDS) are critical. General administrative requirements cover fire prevention, waste disposal, safety (including EM 385 training requirements for personnel: 40-hour for SSHOs, 24-hour for managers/supervisors, 16-hour for general workers), permits, daily reporting, and quality control. Lessons learned from past incidents emphasize personnel qualification (CERTA), strict product adherence, immediate fire reporting, enhanced fire watch procedures, and proper FDC management.
Submission & Evaluation
Electronic bids must be submitted via the PIEE Solicitation Module. Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors. Bidders must submit a bid guarantee and performance and payment bonds. Information for accessing the project bid opening via MS Teams must be requested by emailing Brittany Cristelli (brittany.n.cristelli.civ@us.navy.mil) and John Bishop (john.p.bishop23.civ@us.navy.mil) at least two business days prior to the bid due date.
Amendments & Clarifications
Multiple amendments have extended the bid due date, with the latest confirming March 30, 2026, at 14:00 EDT. Pre-proposal inquiries have clarified aspects such as labor cost assignment, tapered insulation unit of measure (Board Feet), and EM 385 training. Revised ELINs (Exhibit Line Item Numbers) are attached and must be used for bid submission.
Points of Contact
- Primary: Brittany Cristelli (brittany.cristelli@navy.mil, 7573411978)
- Secondary: JOHN BISHOP (john.p.bishop23.civ@us.navy.mil)