REPAIR-LEVEL ROOF REPLACEMENT
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 Indian Health Service (IHS), specifically the Nashville Area Indian Health Service, is soliciting proposals for a repair-level roof replacement project at two modular clinic buildings in Mashpee, MA. This Combined Synopsis/Solicitation is set aside for Indian Small Business Economic Enterprise (ISBEE) / Indian Economic Enterprise (IEE). The work involves installing a new Thermoplastic Polyolefin (TPO) roofing system. Proposals are due April 3, 2026, by 5:00 PM ET.
Scope of Work
This project entails the re-roofing of two modular/manufactured clinic buildings. The scope includes the removal of existing roofing membrane, wet or deteriorated insulation, and localized deteriorated sheathing. A new minimum 60-mil white TPO membrane system will then be installed, along with new underlayment, insulation, flashing, drip edges, gutters, and roof penetrations. Contractors must verify field conditions, conduct pre-demolition exploratory openings, obtain all required permits, and ensure positive drainage. The project is explicitly not a structural reconstruction or building upgrade.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance: Estimated 45 days from award, with a 90-day performance period starting after Notice to Proceed.
- Estimated Magnitude: Between $25,000.00 and $150,000.00.
- CLIN 0001: Base Re-Roof Work (Lump Sum)
- CLIN 0002: Structural Roof Deck Replacement (Unit Price) - Estimated Quantity: 500 SF (pricing required for evaluation).
- Liquidated Damages: $1,726.00 per impacted building per day of delay.
- Warranties: Minimum 20-year manufacturer NDL warranty and a 2-year contractor workmanship warranty are required.
Submission & Evaluation
- Proposal Due Date: April 3, 2026, 5:00 PM ET.
- Last Date for Questions: March 30, 2026 (questions addressed in Amendment 0001).
- Evaluation Factors: Price, Technical, Past Performance, Small Business Participation, and Proposal. Non-price factors combined are more significant than price.
- Submission Requirements: Offerors must submit a signed and completed Indian Small Business Economic Enterprise (ISBEE) / Indian Economic Enterprise (IEE) Representation Form. Proposals have a 1-4 page limit for the written portion, with attachments permitted. File size limitations apply.
Eligibility / Set-Aside
This solicitation is exclusively set aside for Indian Small Business Economic Enterprise (ISBEE) / Indian Economic Enterprise (IEE). Offerors must meet the IEE definition at the time of offer, award, and throughout performance, and must be registered in SAM.
Additional Notes
- A mandatory site visit was permitted March 19-20, 2026.
- Work hours are 8:00 AM – 4:30 PM CT, Monday-Friday, excluding Federal Holidays.
- The buildings are active healthcare facilities; clinic operations take precedence.
- Amendment 0001 provided responses to vendor questions, clarifying aspects such as roof R-Value, TPO attachment methods, warranty details, proposal page limits, evaluation factors, number of units (two), HVAC project status (separate), exclusion of porch awnings, termination of membrane at curbs, RTU status (remain in place), asbestos awareness, gutter damage (separate), installation date (90-day performance after NTP), no specific manufacturer requirement, pricing for CLIN 0002, disposal documentation, noise control, landscaping responsibility, insurance certificates (before work), license/permit responsibility, coordination with clinic, and walkway pad placement.
- Required attachments include the IEE Form, Wage Determination (MA20260001), WH-347 Payroll Form, SF-25 Performance Bond, and SF-25A Payment Bond. Prevailing wage rates for Massachusetts are applicable.