DOCUMENT
Z -- Re-roof Bldg. 12 @ USDA-ARS-CMAVE - RFQ8-0014
- Notice Date
- 7/1/2008
- Notice Type
- RFQ8-0014
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area/Gainesville, FL, 1700 SW 23rd Drive, Gainesville, Florida, 32608
- ZIP Code
- 32608
- Solicitation Number
- RFQ8-0014
- Point of Contact
- Elaine S. Holmes,, Phone: 352-374-5843
- E-Mail Address
-
elaine.holmes@ars.usda.gov
- Small Business Set-Aside
- N/A
- Description
- RFQ #08-0014 STATEMENT OF WORK RE-ROOF BUILDING TWELVE USDA, ARS, CMAVE 1700 SW 23RD DRIVE GAINESVILLE, FLORIDA SECTION C-1 GENERAL 1.1.SCOPE OF WORK. - The contractor shall provide all personnel, equipment, tools, and other items or services necessary to complete the below scope of work: The Contractor shall provide all materials, equipment, and labor, to re-roof Building 12 with a dual component polyurethane spray foam of 2.7 pounds per square foot. Preparation shall consist of vacuuming loose gravel and debris, then wet vacuum roof surface to remove dust and residue. Applied foam shall be a minimum of 1” up to 3” for proper drainage. Coating system shall be a dual component polyglycol rubber vapor barrier such as Garna-Flex or equivalent sprayed at a rate of 2 gallons per 100 sf. Top coat shall be 1 coat of Garma-White or equivalent sprayed at a rate of 1 gallon per 100 sf. The Contractor shall clean and repair surfaces damaged or soiled as a result of his operations under this contract and return the surfaces to the same or better condition than before work commenced. All new material used in this roofing project shall be asbestos-free. The Contractor is responsible for removal of all foreign matter, rubbish, and scrap material from the roof. The surface shall be cleaned with cleaners identified by the manufacturer as suitable for the purpose used. The roof shall be clean, smooth, and dry before beginning the application the new roofing material. All debris shall be disposed of offsite. The Contractor shall provide a 10 year manufacturer's warranty with yearly inspections. The roofing Contractor shall inspect the roof prior to completion of the contract. After the roofing contractor’s authorized representative has inspected the roof to determine acceptability for warranty issuance, any deficiencies on the final inspection report shall be corrected by the Contractor and made ready for final inspection. Coordinate this inspection with the Contracting Officer's Representative, providing at least five days advance notice. The Contractor shall perform an analysis to determine presence of hazardous material and provide two copies of the findings to the Contracting Officer. The assessment shall be in compliance with the National Emission Standards for Hazardous Air Pollutants (NESHAP) regulations (Title 40 of the Code of Federal Regulations). The primary focus is to verify the existence or absence of Regulated Asbestos Containing Materials (RACM), or Lead in any portion of the roofing system at or above the action levels that may be impacted as a result of this work. Should any products be identified, the Contractor shall notify the Contracting Officer and shall submit a proposal to cover removal and disposal of the product in compliance with Federal, State and/or Local regulations. The removal and disposal of RACM will be added as a separate line item of this contract, if findings warrant the work. 1.2. PHYSICAL SECURITY. The Contractor shall be responsible for safeguarding all Government property. Prior to the end of each work day, the Contractor is required to secure their equipment and leave the site prior to the lock down of the USDA Research Facility. The government is not responsible for damage to the Contractors equipment during this contract. 1.3. HOURS OF OPERATION. 1.3.1. Normal hours. The Contractor’s scheduled performance of these services must fall within the hours of 7:00 am to 4:30 pm, Monday through Friday unless previously approved by the COR. Section C-3 GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. GENERAL. The Government shall provide, without cost, the facilities, equipment, fuel, and services listed below. 3.1.1. No Government-furnished property will be provided. 3.2. SERVICES. The Government shall provide, without cost, the services listed below. 3.2.1.Government-furnished utilities will be provided where available. SECTION C-4 CONTRACTOR-FURNISHED ITEMS AND SERVICES 4.1. GENERAL. Except for those items or services specifically stated to be Government-furnished in Section C-3, the Contractor shall furnish everything required to perform this Statement of Work.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=974792a586934e60fec7c9a0183d666f&tab=core&_cview=1)
- Document(s)
- RFQ8-0014
- File Name: RFQ8-0014 CMAVE Bldg 12 Re-roof (RFQ8-0014 CMAVE Bldg 12 Re-roof Solicitation Package.pdf)
- Link: https://www.fbo.gov//utils/view?id=03167cda2153e1db57b0bd37b64a32b3
- Bytes: 872.74 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: RFQ8-0014 CMAVE Bldg 12 Re-roof (RFQ8-0014 CMAVE Bldg 12 Re-roof Solicitation Package.pdf)
- Place of Performance
- Address: USDA-ARS-CMAVE, 1700 SW 23rd Drive, Gainesville, Florida, 32608, United States
- Zip Code: 32608
- Zip Code: 32608
- Record
- SN01605055-W 20080703/080701221910-974792a586934e60fec7c9a0183d666f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |