Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

Z -- PROVIDE ALL MATERIALS, TOOLS, ANHD SUPERVISION FOR THE BRICK REPAIRS/REPLACEMENT, TUCK POINTING OF NEEDED AREAS AND APPLYING BRICK WATER REPELLANT OVER ENTIRE WFO LOCATED IN GRAND FORKS, ND

Notice Date
8/21/2009
 
Notice Type
Presolicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NWWR4000916886CMM
 
Archive Date
9/29/2009
 
Point of Contact
Carey M. Marlow, Phone: (816)426-7460
 
E-Mail Address
carey.m.marlow@noaa.gov
(carey.m.marlow@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Weather Service (NWS), Weather Forecast Office (WFO), located at 4797 Technology Circle, Grand Forks, ND 58203 plans to acquire a contractor to provide all materials, tools, and supervision for the brick repairs/replacement, tuck pointing of needed areas and applying brick water repellant over the entire WFO. DESCRIPTION: The Contractor Shall: 1. Inspect the WFO building for cracks, flaking bricks before bidding on this project. 2. Replace all broken and spalled bricks. 3. Remove all loose and broken mortar with mechanical means. The contractor shall rout the existing cracks approximately 1/4 an inch. The exposed joints will be cleaned with compressed air and the mortar will be pointed back to match the existing mortar color, texture and strength as close as possible. 4. Tuck point all deficient mortar lines with water resistant mortar. (Approx. 50 sq. ft.) 5. Once the tuck pointing has been completed the Contractor shall clean the entire WFO walls with a mild acid. 6. Prior to any applying water repellant, the entire WFO shall be cleaned with high pressure water in order to properly remove the dirt and contaminants from the surface. Allow enough drying time as to not interfere with adhesion of repellant. 7. Contractor shall seal the entire WFO surface walls with BSM 40 VOC sealer or equivalent Silane/Siloxane water repellant. 8. Remove and dispose of all debris and materials. 9. Add Sheet Metal to the roof valleys to deflect water away from the brick. Repair sheet metal seams where water can be allowed to get on and behind the brick. Completion Date Completion of this project shall be 30 days from the negotiated Start date. If any delays are expected, the Government Contracting representative shall be notified as soon as possible to coordinate the modification. Inspections and Acceptance: A designated COTR shall make a full inspection to see that the contract is completed per the statement of work. Items of inspection will include and are not limited to blending of work to minimize "blotchy" wall finish, proper coverage of brick water repellant and that the contractor fully cleaned the site of any debris and leftover materials. Pre-bid Site Survey: A site walk-thru will be scheduled for contractors before a bid is required. The local contact is Mike Lukasz (701) 795-5198 or Mark Frazier (701) 795-5198. Any questions can be addressed at that time. Location: It is the intent for this Statement of Work that the work specified will commence at a negotiated date when the contract has been awarded. The location is: National Weather Service Grand Forks Weather Forecast Office 4797 Technology Circle Grand Forks, ND 58203-0600 Terms of the SOW: 1. Contractor shall remove one brick from the building and provide a brick and mortar sample to the office prior to starting. 2. A mortar removal and re-pointing sample will be performed prior to the start of the work for the office approval. 3. The Contractor, if remotely located, shall designate a representative local to the contract site, with contact numbers, for the COTR to communicate with about the quality or work, progress, and technical details of the project. Neither the local representative nor the COTR has the authority to modify the contract in any manner which might affect the cost thereof. 4. The contractor shall be responsible for his scheduling the commencement of this project with local contacts and verifying with the Contracting Officer. 5. Weather Forecast Office POC is Mike Lukasz (701) 795-5198 or Mark Frazier (701) 795-5198. Security Requirements: The Certification & Accreditation requirements of clause CAR 1352.239-73 Security Requirements for Information Technology Resources (Oct 2003) does not apply, and a Security Accreditation Package is not required. HOW TO OBTAIN A COPY OF THE SOLICITATION: Request For Quote (RFQ) package and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies of the solicitation will not be available. The solicitation will be available for download approximately August 27, 2009. For a copy of the solicitation, please utilize the FedBizOpps' feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. The resultant procurement will be a firm fixed-price contract. This will be a 100% small business set-aside. The North American Industrial Classification System Code (NAICS) is 238140. The size standard for Small Business is $14 million. The estimated price range of this project is less than $25,000.00. Completion time for this project is approximately 30 days after the Notice to Proceed. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR please access the following web site: http://www.bpn.gov. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIREMENTS: ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulation. To be eligible for contract award a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://eupdate.dnb.com/ or by phone at 1-888-814-1435. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS, AND ALL SUBSEQUENT AMENDMENTS. Any business interested in this project must respond to this announcement within 10 calendar days after publication of this notice. The Request for Quote (RFQ) will be posted on FedBizOpps within approximately 10 calendar days and interested parties can either download the RFQ. The NAICS code for this action is 238140. The acquisition will be conducted under the guidelines of FAR Part 12, Commercial Acquisition Procedures. The Eastern Region Acquisitions Division requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWR4000916886CMM/listing.html)
 
Place of Performance
Address: NWS WFO GRAND FORKS, ND, 4797 TECHNOLOGY CIRCLE, GRAND FORKS, ND 58203, GRAND FORKS, North Dakota, 58203, United States
Zip Code: 58203
 
Record
SN01922368-W 20090823/090822004057-58ccc245565b7effd0bf9dd5e0e87741 (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 |
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.