Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2025 SAM #8768
SOLICITATION NOTICE

Z -- IDIQ for Roofing in the PWD Pennsylvania AOR

Notice Date
11/26/2025 11:50:10 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525B0003
 
Response Due
12/12/2025 11:00:00 AM
 
Archive Date
12/27/2025
 
Point of Contact
Brittany Cristelli, Phone: 7573411978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for an Indefinite Delivery Indefinite Quantity (IDIQ) for Construction Maintenance for Roofing Repair/Replacement for Various Sites in the Philadelphia and Mechanicsburg Areas of Responsibility (AOR). This is an Indefinite Delivery / Indefinite Quantity (IDIQ) contract to provide roof repair and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement. Roof repair, replacement, and maintenance work will be performed at the three (3) Department of the Navy Sites, listed below: Philadelphia Naval Business Center (PNBC), 4921 South Broad St, Philadelphia PA 19112 Naval Support Activity Philadelphia (NSA-P), 700 Robbins St, Philadelphia PA 19111 Naval Support Activity Mechanicsburg (NSA-M), 5450 Carlisle Pike, Mechanicsburg PA 17050 The Contractor must furnish all hazmat testing, hazmat remediation, mold remediation, labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years. The appropriate North American Industry Classification System (NAICS) code for this procurement is 238160 � Roofing Contractors, with a Small Business Size Standard of $19,000,000. This solicitation is being advertised as a Total Small Business Set-Aside and will be solicited utilizing Sealed Bidding procedures outlined in FAR Part 14.103-2. Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation. In accordance with DFARS 236.204, the total estimated magnitude of construction for this contract (base period plus option years) is between $10,000,000 and $25,000,000. This office anticipates award of a contract for these services by February 2026. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 23 July 2025, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last five (5) years as well as their ability to handle multiple simultaneous projects in Philadelphia and Mechanicsburg PA locations area locations including the maximum number of task orders under Indefinite Delivery/Indefinite Quantity (IDIQ) contract where Contractor is prime contractor as well as describing the Contractor�s approach and capabilities to perform emergency repairs. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as a Total Small Business Set Aside. NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 20 November 2025. The Invitation for Bid (IFB) will be issued by NAVFAC Mid-Atlantic CON21 on or about 12 December 2025. The solicitation number will be N4008525B0003. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective Offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Brittany Cristelli at brittany.n.cristelli.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0090dbdef035483bb7c5e046e415fd79/view)
 
Place of Performance
Address: PA, USA
Country: USA
 
Record
SN07652629-F 20251128/251126230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.