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 25, 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 at Marine Corps Base Camp Lejeune, NC, covering Buildings HP51, HP53, HP55, HP57, HP255, and HP265. This is a Total Small Business Set-Aside opportunity, exclusively for Roofing MACC Contractors listed on the General Requirements cover page. The estimated cost range is $5,000,000 to $10,000,000. Proposals are due by March 26, 2026, at 2:00 PM EST.

Scope of Work

The project involves comprehensive roof repairs for six Bachelor Enlisted Quarters (BEQ) buildings.

  • Buildings HP51, HP53, HP55, HP57: Replacement of existing shingle roof systems with new architectural asphalt shingles, including substrate repairs, new ice and watershield, metal drip edge, fascia, vented vinyl soffit, vented ridge caps, gutters, downspouts, expansion joints, vent boots, exhaust fans, and roof hatches. Existing dormers will be removed to the roof deck and re-shingled. Existing antennas will be removed and not reinstalled.
  • Buildings HP255, HP265: Replacement of existing shingle roof systems with new aluminum standing seam metal roofing (suede color, vented ridge cap, 150 mph wind clips), including removal and disposal of existing roofing, replacement of damaged decking (up to 5%), new aluminum drip edge, self-adhering ice and water membrane, elastomeric expansion joints, pipe boots, and permanent fall protection. Existing lightning protection will be removed and not reinstalled.

Contract & Timeline

  • Contract Type: Combined Synopsis/Solicitation (Firm Fixed-Price)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Estimated Value: $5,000,000 - $10,000,000
  • Contract Performance Period: 720 days after award for all six buildings. Buildings HP51, HP53, HP55, HP57 must be completed before HP255 and HP265.
  • Liquidated Damages: $880.00 per Calendar Day.
  • Proposal Due Date: March 26, 2026, 2:00 PM EST.
  • Proposal Acceptance Period: 60 days from receipt of offers.
  • Published Date: February 24, 2026 (initial RFP), with latest amendment on March 19, 2026.

Key Requirements & Amendments

  • Eligibility: Only Roofing MACC Contractors listed on the General Requirements cover page may submit proposals.
  • Hazardous Materials: Asbestos-containing materials (ACM) have been identified in Buildings HP51, HP57, HP255, and HP265. Buildings HP53 and HP55 had no ACM identified. Lead-based paint is present on fascia. Contractors must review asbestos inspection surveys and are required to submit a remediation plan for lead-based paint and asbestos prior to construction.
  • Operational Facilities: All facilities will remain operational; contractor operations must cause minimal interference.
  • Field Verification: Contractors must field-verify roof deck measurements, existing surfaces, dimensions, and conditions prior to bidding and during construction.
  • Submittals: A comprehensive submittal register is provided, including Schedule of Prices, Accident Prevention Plan, Quality Control Plan, and various test reports. A revised pricing sheet (Amendment 0003) must be used.
  • Environmental Compliance: Adherence to the "Contractor Environmental Guide" for MCB Camp Lejeune is mandatory, covering air quality, hazardous waste, asbestos, LBP, stormwater, and more.
  • Bonds: Bid bonds are required for proposals valued at $150K and greater (20% of proposal amount). Payment and/or performance bonds will be requested at the time of award.
  • Buy American: Requirements for construction materials apply.

Submission Details

Proposals must be submitted via email to Brandi Porche (brandi.l.porche.civ@us.navy.mil) and Lauren Loconto (lauren.f.loconto.civ@us.navy.mil). Offerors must acknowledge all amendments (0001, 0002, 0003, 0004, 0005) when submitting their proposal. Failure to submit on all line items or acknowledge amendments may result in rejection. Evaluation will be based on the Lowest Price.

People

Points of Contact

Brandi PorchePRIMARY
Lauren LocontoSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View
Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View