SOLICITATION NOTICE
Y -- Multi -Roof Replacement Project
- Notice Date
- 1/27/2026 3:37:58 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PRINCETON LAB - DOE CONTRACTOR Princeton NJ 08540 USA
- ZIP Code
- 08540
- Solicitation Number
- RFP26-021R
- Response Due
- 2/24/2026 1:00:00 PM
- Archive Date
- 03/28/2026
- Point of Contact
- Jimmy Russell, Phone: 6092433963
- E-Mail Address
-
jrussell@pppl.gov
(jrussell@pppl.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- There are several existing roofs (C50 ESAT Building/C52 PLT Power Building/C60 C Site Pump House/D45 Rad Waste Handling Facility) which are past their useful life requiring costly maintenance to upkeep. Severe water infiltration occurs regularly at failing joints, punctures, and flashing. Portions of existing metal coping have pulled away during storm events causing large sections of membrane to separate from the substrate. A catastrophic failure to one of these roofs would negatively impact the ability to conduct the top priority experimental operations in the Laboratory. 1.2. SCOPE 1.2.1. The Subcontractor shall provide all materials, labor, supervision, equipment, and expertise required replace the noted roofs and specified components per the associated contract documents. Construction scope includes the following: 1.2.1.1. Remove and replace existing built-up roofs at PPPL. Buildings include: 1.2.1.1.1. C50 � ESAT Building 1.2.1.1.2. C52 � PLT Power Building 1.2.1.1.3. C60 � C Site Pump House 1.2.1.1.4. D45 � Rad Waste Handling Facility 1.2.1.2. Demolition including removal of existing membrane, cover board, insulation, metal trim, flashing, coping and any other miscellaneous roofing material accessories. 1.2.1.3. Remove and recycle stone ballast on ballasted roofs. Recycle documentation to be provided to PPPL. 1.2.1.4. Additional integrated roof elements shall be inspected and replaced as specified within this SOW. Elements include: wood blocking, roof drains, gutters, scuppers, downspouts, and metal/concrete roof panels. 1.2.1.5. Abandoned equipment shall be removed to a point that does not affect new roof installation. Any equipment that should be temporarily relocated so roof replacement work can be completed shall be the responsibility of the roofing contractor. 1.2.1.6. Contractor to furnish and install 2 layers of 2.6� ISO. 1.2.1.7. Contractor to furnish and install �� HD coverboard mechanically fastened. 1.2.1.8. Contractor to furnish and install 145 mil Carlisle Fleeceback EPDM, black in color adhered to coverboard. 1.2.1.9. Contractor to furnish and install counter flashing and copings, expansion joints and other roofing components as required for manufacturer�s warranty. Page 3 of 21 1.2.1.10. The new roof system shall be comprised of the following materials: EPDM membrane, cover board, and insulation. 1.2.1.10.1. Meets a minimum insulating value of R-30 average. Modifications to the existing building envelope are required to accommodate additional insulation. 1.2.1.10.2. Flexible walkway pads shall be provided to all operating equipment/drain locations and as necessary to meet manufacturer�s requirements. 1.2.1.10.3. All materials shall be furnished by Carlisle Syntec Systems and shall meet all manufacturer specifications to obtain a minimum manufacturer system warranty of 30 years along with a 2-year installers warranty. The warranty coverage shall include incidental membrane punctures, damage from hail and a minimum of 72- mph peak gust wind speeds. 1.2.1.11. Roof perimeter guardrails shall be provided on all roofs. See attached guardrail cut sheet for details. 1.2.1.12. New and higher curbs as required due to the new roof installation work. 1.2.1.13. Contractor to build up existing roof vents as required due to the new roof work. 1.2.1.14. Expansion joint to be raised up to account for new roof insulation height for the ESAT building roof. 1.2.1.15. Contractor to add a new roof drain at the Northwest section of the ESAT building roof. 1.2.1.16. Contractor to replace all existing roof scuppers with new. 1.2.1.17. Contractor to replace all existing roof drains with new. 1.2.1.18. Contractor to provide minimum of 12� overlap between the existing adjacent roof membrane system and provide written confirmation the systems are compatible. 1.2.1.19. Contractor to temporary relocate and reinstall any fall protection anchor systems identified on roof sections. 1.2.1.20. Contractor to install secondary drainage per code in addition to existing drains for the PLT building roof. 1.2.1.21. If necessary, existing asbestos elements shall be mitigated by PPPL. Subcontractor to assist the abatement contractor to bring the sealed roofing material down from roof area to grade with lift equipment. Coordination of this work shall be completed in concert with all other construction activities. The subcontractor to follow directly after PPPL abatement contractor to install new roofing system. The construction subcontractor shall be responsible to coordinate all work with PPPL. 1.2.1.22. Any and all equipment that requires power disconnect has to be coordinated with PPPL a minimum of 72 hours prior. All equipment that will be out of service shall be minimized. 1.2.1.23. All roof fans and equipment are to be salvaged, protected, and reinstalled.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d5d5914d879e4bd69a9bc1f628a3d4e8/view)
- Place of Performance
- Address: Princeton, NJ 08543, USA
- Zip Code: 08543
- Country: USA
- Zip Code: 08543
- Record
- SN07697834-F 20260129/260127230035 (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 |