Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

Y -- Pecos Residence Roof Replacements

Notice Date
6/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Northern Zone, 2113 Osuna Rd., NE, Suite A, Albuquerque, NM, 87113
 
ZIP Code
87113
 
Solicitation Number
RFQ-R3-03-03-40
 
Response Due
7/18/2003
 
Point of Contact
Roberta Buskirk, Contract Specialist, Phone 505-346-3895, Fax 505-346-3901, - Leticia Shindelar, Procurement Assistant, Phone (505) 346-3806, Fax (505) 346-3901,
 
E-Mail Address
rbuskirk@fs.fed.us, lshindelar@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
THIS is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation documents, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. Solicitation number R3-03-03-40 is issued as a Request for Quotation (RFQ) in accordance with FAR subpart 13.5. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 238160 and the size standard is 12 million dollars. A firm-fixed price purchase order will be issued under the Test Program for Certain Commercial Items. Period of performance is 45 days from time of award. THE solicitation is for Pecos Residence Roof Replacements with the line items as follows: Item 1, Pecos Residence Roof Replacement, #525 & #526 – 2 each; Item 2, Pecos Residence Roof Replacement, #502 & #500 – 2 each; THE accepted lump sum quantity will be paid for at the contract unit price accepted in this contract. All other items of work necessary to complete the project will be considered subsidiary to the lump sum payment. Payment shall be full compensation for all labor, material, equipment, tools, transportation, and incidentals necessary to complete the work prescribed. SCOPE - This project consists of, but is not limited to, all work and materials necessary for the tear-off and re-roofing of wood framed residences, providing a sound, secure and complete metal roof system. The work includes the tearoff of an existing asphalt shingle roof and the installation of a metal roof system. Included shall be disposal of the existing roof materials, replacement of all water damaged fascia, replacement of any water damaged roof substrate, application of new saturated felt and ice and snow guard, installation of metal drip edges and metal faced fascia, replacement of all gutters with new gutters with covers and downspouts, fastening of a metal roofing system, and installation of new flashing and boots on all roof penetrations, including a chimney and wood stove stack. SAFETY AND CODE COMPLIANCE - 1. Applicable Federal and State laws and regulations shall be adhered to. All construction activities shall meet the latest edition of all applicable Federal, State and local building codes including the following: International Building Code (IBC); International Mechanical Code (IMC); National Electrical Code (NEC); and International Plumbing Code (IPC). 2. The Contracting Officer’s Representative (COR) shall be notified when hazardous solvents or materials are utilized and a MSDS shall be supplied for each type of hazardous material on the project site. 3. No asbestos-containing materials shall be used in the construction of the roof system. 4. The District Facility Manager shall notify the occupants of the residences of the schedule of roofing operations after the Contractor submits the construction schedule to the COR. 5. The Contractor shall not remove the existing roofing material if there is a threat of inclement weather. When roofing material is removed, the substrate must be covered to avoid exposure. Roof tear off shall occur on one house at a time, unless approved otherwise by the COR. Each roof shall be substantially complete before work progresses to the next roof, as approved by COR. EXISTING CONDITIONS - 1. The Pecos Residences will be occupied during the re-roofing. 2. The residences were originally constructed in the 1940’s with a wood joist roof structure. There are approximately two layers of shingles. 3. On residences #526 & #525, approximately 25% of the fascia will be replaced; approximately 25% of the substrate on Residence #526 and 40% on Residence #525 will be replaced. 4. Approximately 25% of the fascia and 35% of the substrate on Residence #500, and 50% of the fascia and 25% of the substrate on Residence #502 will be replaced. 5. The original roof plan is not available, but the existing roofs on residences #525 & #526 are approximately 2210 square and residences #500 & #502 roof area is approximately 2200 square feet, all at a slope of 2:12. 6. There are five (5) gas appliance penetrations, two (2) fan vents, a chimney, wood stove stack, a square furnace stack with attached TV antenna, and satellite dish per residence. Any equipment removed for roof installation shall be reinstalled. Project requires that all work performed shall be done by a licensed contractor(s). Contractor shall be responsible for any fees required by this project. SUBMITTALS - 1. The Contractor shall submit the manufacturer's current literature, specifications, installation instructions and general recommendations, complete with shop drawings and erection details from the manufacturer. Also provide installation instructions for the rigid insulation board and the EPDM boots installed on roof penetrations. 2. Provide roofing material samples and color chart to COR for approval, and submit alternate manufacturer's specifications when asking approval of an equal preformed metal roof product, certifying that the product is acceptable. The color shall be “Classic Green”, or as selected by the COR. MATERIALS AND PRODUCTS: 30 lb. saturated Felt. Ice and Snow Guard four feet (4’) up from the fascia. Galvanized steel panel roof system as manufactured by “MBCI, Metal Roof & Wall Systems” (1-806-747-4291) P.O. Box 10133, Lubbock, Texas 79408, (FAX 806-747-9945), or approved equal, designed as follows: (1) for 50 psf wind uplift. (2) 26 gauge 'Galvalume', MBCI “Signature 300” panels with Kynar 500 coating, Classic Green color. (3) "R-Panel" pattern, ribs spaced on 12-inch centers. (4) All exposed flashing shall be of the same material and finish as the panel system. Metal fascia facing shall cover the entire wood fascia of the building. (5) EPDM boots, resistant to ozone and ultraviolet rays, as manufactured by “Portals Plus” for all vent and pipe roof penetrations. Portals Plus, INC product distributors can be located @ 800.PPI-5240 or 630.766.5240, portalsplus@portalsplus.com. (6) Rigid board insulation, “black poly iso,” two inches thick, available from “El Sol of New Mexico” in Santa Fe @ 505.984.1300, shall be installed under the panels (7) New gutters shall be a “Box Eave Gutter” 5-1/4 X 4-1/2” and shall be of the same material as the panels. TEAROFF - The existing asphalt shingle roofing material shall be removed and disposed of by the Contractor at a State of New Mexico approved landfill. WARRANTY - The contractor shall provide manufacturer's standard 20-year warranty for manufactured products and shall guarantee metal roofing work to be watertight for a period of 2 years. MORE DETAILED SPECIFICATIONS along with two drawings is available for this project. To obtain this information, please send a fax request to Roberta Buskirk/Letty Shindelar at (505) 346-3901. Make sure that the solicitation number, your company name, address, phone number and fax number are on the request. LOCATION is Pecos Ranger District Administrative Site on the Santa Fe National Forest, in T16N R12E, Section 33, NMPM. Administrative Site is on the south side of the community of Pecos, NM. Pecos is approximately twenty (20) miles southeast of Santa Fe, by way of Interstate 25 North and State Highway 50. The Site is restricted to government employees. A show me trip can be arranged after July 9 by contacting Carol Linn, Santa Fe National Forest at 505-438-7879. FAR 52.212-2, Evaluation--Commercial Items is applicable. The Government will award the contract to the Contractor whose offer represents the best value to the Forest Service on the basis of (1) Price Reasonableness, and (2) Technical Proposal. Price Reasonableness and Technical Proposal are equally important. The evaluation criteria for each category are listed in descending order of importance. PRICE REASONABLENESS – Criteria (1) Price shall be fair market value for materials, labor, and incidentals represented on the drawings and in the specifications necessary to complete this project. In the event “fair market value” becomes a point of discussion, the resolution will be determined by the use of documented unit prices from cost guides, suppliers, distributors and completed contracts having similar and/or related work. The following will be evaluated for Price Reasonableness: Total cost of proposal per roof. TECHNICAL PROPOSAL – CRITERIA (1) Past Performance – (a) Provide the general background, experience and qualifications of the organization. (b) Include a list of similar or related type projects awarded to the firm within the last three (3) years. Include the name of the customer, contact number, dollar amount, time of performance (length of contract, date started and date completed) and the name and telephone number of the contracting officer or procurement official. (c) List any defaults or contract performance problems in the last five (5) years. CRITERIA (2) Experience of Project Personnel – (a) include a list of names and responsibilities of the key personnel assigned to the project. With each name, include the role the person will serve on this project and a short description of recent project work accomplished by the individual. CRITERIA (3)(a) Submit a work plan indicating how the job will be accomplished. The technical approach should contain as much detail as the Contractor considers necessary to fully explain the proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being performed. Include the proposed construction schedule showing start/complete dates for individual portions of the work. Indicate turn around time for delivery and set-up. Include the earliest possible delivery date. (b)The technical proposal must include information on how the project is to be organized, staffed and managed, indicated size of work crew(s) to be assigned to the project. Information should be provided which will demonstrate the Contractor’s understanding of the type of work being performed. b1)The technical proposal must include: Quality control and supervision to assure specifications are met and production capability. b2) Roofing Materials used; method of installation. b3)The technical proposal must also include information regarding financial stability. (i.e., is the company capable of covering all financial obligations for the project, including employee payroll, prior to receipt of contract payment?) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, must be completed and included with offer. These clauses can be accessed through the website http://www.arnet.gov/far/. THE following FAR clauses apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1, 52.212-1, Instructions to Offerors—Commercial Items, 52.212-4 Contract Terms and Conditions – Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, with the following additional FAR clauses cited in the clause which are applicable to this acquisition. 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign 52.232-34 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration 52.222-6 Davis-Bacon Act 52.222-13 Compliance with Davis-Bacon and Related Act Regulations 52.222-27 Affirmative Action Compliance Requirements for Construction 52.225-9 Buy American Act--Balance of Payments Program--Construction Materials. 52.225-10 Notice of Buy American Act Requirement – Construction Materials 52.246-12 Inspection of Construction 52.246-21 Warranty of Construction FOR INFORMATION regarding this solicitation, contact Roberta Buskirk at 505 346-3895 with any contractual questions or Carol Linn at 505-438-7879 for any technical questions. Once again, a more detailed specification along with two drawings is available for this project. To obtain this information, please send a fax request to Roberta Buskirk/Letty Shindelar at (505) 346-3901. Make sure that the solicitation number, your company name, address, phone number, and fax number are on the request. VENDORS wishing to respond to this solicitation should send their responses to Cibola National Forest, 2113 Osuna Road NE, Suite A, Albuquerque, NM 87113; be sure to reference the solicitation number listed above. Offers must be in writing accompanied by the completed representations and certifications or they will be rejected. Facsimile and telegraphic offers will not be accepted. Offers are due no later than July 18, 2003 at 4:45 pm Local Time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JUN-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/8379/RFQ-R3-03-03-40/listing.html)
 
Place of Performance
Address: Pecos Ranger District Administrative Site, Pecos, NM on the Santa Fe National Forest. Pecos is approximately twenty (20) miles southeast of Santa Fe, by way of Interstate 25 North and State Highway 50.
Country: USA
 
Record
SN00414743-F 20030829/030827224111 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.