Skip to content
Department of Energy

Multi -Roof Replacement Project

Solicitation: RFP26-021R
Notice ID: d5d5914d879e4bd69a9bc1f628a3d4e8
TypeSolicitationNAICS 236220PSCY1EZSet-AsideNONEDepartmentDepartment of EnergyStateNJPostedJan 27, 2026, 12:00 AM UTCDueFeb 24, 2026, 09:00 PM UTCCloses in 1 days

Solicitation from ENERGY, DEPARTMENT OF • ENERGY, DEPARTMENT OF. Place of performance: NJ. Response deadline: Feb 24, 2026. Industry: NAICS 236220 • PSC Y1EZ.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,074,675,400
Sector total $33,099,079,469 • Share 78.8%
Live
Median
$641,276
P10–P90
$0$89,547,134
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.8%
share
Momentum (last 3 vs prior 3 buckets)
+74635%($26,004,990,024)
Deal sizing
$641,276 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NJ
Live POP
Place of performance
Princeton, New Jersey • 08543 United States
State: NJ
Contracting office
Princeton, NJ • 08540 USA

Point of Contact

Name
Jimmy Russell
Email
jrussell@pppl.gov
Phone
6092433963

Agency & Office

Department
ENERGY, DEPARTMENT OF
Agency
ENERGY, DEPARTMENT OF
Subagency
PRINCETON LAB - DOE CONTRACTOR
Office
Not available
Contracting Office Address
Princeton, NJ
08540 USA

More in NAICS 236220

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 ½” 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.