IRS Martinsburg Enterprise Computing Center (ECC) Roof Replacement Project located in Kearneysville, WV
Presolicitation from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: WV. Response deadline: Mar 13, 2026. Industry: NAICS 236220 • PSC Z2AA.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
PRE-SOLICITATION NOTICE
Construction Services for the IRS Martinsburg Enterprise Computing Center (ECC) Roof Replacement Project located in Kearnysville, WV
TOTAL SMALL BUSINESS SET-ASIDE
Description:
This is a pre-solicitation notice for acquisition using Federal Acquisition Regulation (FAR) Parts 15. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHALL NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor shall the Government pay for the information resulting from this posting. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per FAR Subpart 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror’s ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice.
Statement of Need:
The General Services Administration (GSA), Public Building Service (PBS), has identified a need for Construction Services for a Project at the IRS Martinsburg Electronic Computing Center (IRS ECC) located at 250 Murall Drive, in Kearneysville, WV. The IRS ECC was built around 1997. A mechanical addition on the southwest side of the complex was built in 2011. The building is a mission critical facility with a Level 5 security rating. The project includes the complete removal and replacement of all roof areas throughout the building, as well as the coping, flashing, and lighting protection systems. Some additional scope (installation of new ladders and a complete perimeter fall protection system) is also included.
The overall roof replacement is about 190,000 SF, including the 2011 addition. In general, the existing roofs consist of ballasted protected membrane roofs (PMR) over structurally sloped concrete slabs. There are also three small awning roofs, totaling roughly 1,300 SF, which consist of EPDM over structurally sloped metal decks, rather than PMR over concrete. The scope of work generally involves the following:
-
Replace existing PMR, coping, flashing, expansion joints, and other roofing accessories
-
Replace lightning protection systems
- Replace existing rooftop unit structural cross bracing
- Replace existing EPDM awning roofs
- Install new fixed exterior access ladders
- Install new fall protection system throughout building perimeter
The NAICS Code for this procurement is 236220, entitled “Commercial and Institutional Building Construction” and the small business size standard is $45 million. All offerors submitting proposals on this project will be required to be certified to work within this NAICS code.
Selection Procedures:
The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly an award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors where non-price factors are considered more important than price.
Total Small Business Set-Aside:
This is being procured as a total small business set-aside.
Contract Type Selection: Firm Fixed Price (FFP) Contract
Estimated Contract Range: $10,000,000- $15,000,000 (This is subject to change and will be updated in the solicitation.)
Estimated RFP Posting: The RFP is estimated to be posted on or about March 16, 2026. A site visit is planned at IRS ECC on or about March 24, 2026. Pre-registration for the site visit will be required. These dates are subject to change and exact information will be provided in the RFP.
Request for Information:
All inquiries concerning this pre-solicitation notice shall be directed to the following email address: ching.hung@gsa.gov.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.