Bid Date: 2026-03-12
Project Description: Location: Building 543, West Loch DBIDS is required for all attendees.
Building 543 is an ordnance facility located in West Loch Annex of Joint Base Pearl Harbor Hickam (JBPHH), Ewa, Hawaii. Building floor area is approx. 17,277 SF, one-story, pre-cast concrete structure built in 1978 with a small addition (144 SF) on west side in 1987. Projected area on left side of building in Figure 1 is the later addition.
This later addition is not included in scope of work of this project. This project will be limited to the original precast concrete building portion of building. Original building has two roof levels: lower roof on northeast side, houses the administrative area, and upper-level houses the warehouse/production area. Roof structure consists of sloped precast concrete with low parapet on the perimeter of the roof. Record drawing shows that EDPM may have been installed in 1991. Roof is reported to have severe leaking during rain. Some remediation efforts were made with little success. This project is to replace approximately 18,700 SF of existing roofing material with new roofing. Area to be reroofed are shown in Figure 2. Lower roof and upper north side of the roof needs insulation, approx. 9,600 SF.
South side of the roof was originally designed without insulation on roof deck and we’ll maintain this design per customer’s request.
Summary of Scope of Work:
1. Remove all roofing in Building 543 shown in Fig.
2. Provide R-20 rigid insulation above concrete deck on shaded area shown in Fig. 1.
3. Provide three-ply SBS roofing in Building 543 except the lower West side addition (not shown in Fig 2).
4. Replace existing damaged precast concrete scuppers with matching custom concrete scupper.
For bid purposes, include 5 custom precast concrete scuppers to be replaced.
5. Roofing work to include all flashings including parapet cap flashing, curb flashing, vent flashing, counter flashing and other flashings as needed to provide a complete roofing envelope. Replaced flashing materials to be same or better.
6. Remove existing abandoned roof top mechanical equipment and its appurtenances.
7. Remove existing penthouse structure on roof to deck level and replace and patch concrete opening. Slab opening size is approx. 9.5 ft x 6.5 ft.
8. Remove mechanical duct and its appurtenance attached to roof deck back to the source.
9. Power connections associated with mechanical equipment to be removed shall be demolished back to power source. This includes, but is not limited to, wiring, conduit, junction boxes, disconnect switches and circuit breakers in panelboard.
10. Disconnect and reconnect existing Ordinance Grounding, as required, to support roofing work.
11. Disconnect/Reconnect and/or temporarily support any other electrical systems to support roof work and removal of existing ducts.
12. Provide concrete repairs at all locations in preparation for reroofing including precast concrete double tees and concrete topping slab.
All quantities shown are non-contiguous.
a. Assume 10% of concrete topping slab to be repaired for vertical or horizontal concrete spall repair up to 4” deep.
b. Assume 200 LF concrete crack repair.
Concrete spall/delamination, crack repairs, and concrete work shall conform with the latest editions of the following:
a. 546R-04: Concrete Repair Guide;
b. UFGS 03 01 30.71 Concrete Rehabilitation;
c. UFGS 03 01 30 Rehabilitation of Concrete; and
d. Building Code Requirements for Structural Concrete (ACI 318).
13. Provide infill for abandoned concrete roof opening. All quantities shown are non-contiguous.
a. Assume 20 LF C10x steel channel framing around opening.
b. Assume 30 SF 1/4” steel plate.
c. Assume 20 LF 1/4” bent plate.
d. Assume 10 LF L6x6x1/4” steel angles.
e. Assume 30 SF x 6” deep concrete infill and rebar.
Federal Acquisition Regulation (FAR) Clauses
52.236-2, Differing Site Conditions, and
52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any task order awarded as a result of this solicitation.
Accordingly, offerors are urged and expected to inspect the site where the work will be performed. Any statements or representations made during the site visit and any telephonic discussions with Government personnel will not change the requirements of the specifications.
DFARS 252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements (NOV 2025)
(a) Definitions. As used in this provision, “controlled unclassified information (CUI),” “current,” “Cybersecurity Maturity Model Certification (CMMC) status”, “Cybersecurity Maturity Model Certification unique identifier (CMMC UID)”, “Federal contract information (FCI)”, and “plan of action and milestones” have the meaning given in the Defense Federal Acquisition Regulation Supplement 252.204-7021, Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirements, clause of this solicitation.
(b)(1) Cybersecurity Maturity Model Certification (CMMC) level.
The CMMC level required by this solicitation is:
CMC Level 1 (Self).
This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract.
(2) The Offeror will not be eligible for award of a contract, task order, or delivery order resulting from this solicitation if the Offeror does not have, for each of the contractor information systems that will process, store, or transmit FCI or CUI and that will be used in performance of a contract resulting from this solicitation-
(i) The current CMMC status entered in the Supplier Performance Risk System (SPRS) (https://piee.eb.mil) at the CMMC
level required by paragraph (b)(1) of this provision; and
(ii) A current affirmation of continuous compliance with the security requirements identified at 32 CFR part 170 in SPRS.
(c) Plan of action and milestones. If the Offeror has a CMMC Status of Conditional, the Offeror shall successfully close out a valid plan of action and milestones (32 CFR 170.21) to achieve a CMMC Status of Final.
(d) CMMC unique identifiers. The Offeror shall provide, in the proposal, the CMMC unique identifier(s) (CMMC UIDs) issued by SPRS for each contractor information system that will process, store, or transmit FCI or CUI during performance of a contract, task order, or delivery order resulting from this solicitation.
The Offeror also shall update the list when new
CMMC UIDs are generated in SPRS. The CMMC UIDs are provided in SPRS after the Offeror enters the results of self-assessments) for each such information system.