SOLICITATION NOTICE
Z -- Cafeteria Terrace Roofing, Waterproofing Court 2 and 3
- Notice Date
- 6/2/2010
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-3142-S-10-0094
- Point of Contact
- Todd Lennox, Phone: 202-720-6309, Gerardo F. Rivera, Phone: 202-720-3812
- E-Mail Address
-
Todd.Lennox@usda.gov, Gerardo.Rivera@usda.gov
(Todd.Lennox@usda.gov, Gerardo.Rivera@usda.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This project is subject to the Small Business Administration competitive 8(a) program. No facsimile bids will be accepted. All prospective offerors are responsible to visit the FedBizOpps website frequently to obtain any amendment(s) or other information pertaining to this solicitation. Contractors must be registered in Central Contractor Registration (CCR) in order to be considered for an award. Contractors may access CCR at http://www.ccr.gov. The Invitation for Bid (IFB) will be issued on or about June 16, 2010. The solicitation will close within 30 days of issuance and Bids are anticipated to be opened on the closing date. All contractual and technical inquiries shall be submitted via electronic mail to Todd.Lennox@dm.usda.gov In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and any hard copies the government may have will be issued on a first-come, first-serve basis. A contract will be awarded in accordance with FAR Parts 14 & 36, Sealed Bid procedures. This solicitation is set aside for small businesses under the 8(a) program procurement. The NAICS code is 238990 with a size standard of $14.0M. Contract Magnitude: Between $1,000,000 and $5,000,000 Please be advised on-line registration requirements on the Central Contractor Registration (CCR) database https://www.ccr.gov and directed solicitation provisions concerning electronic annual Online Representations and Certifications (ORCA) at http://www.ocra.bpn.gov Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and completed. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. A contract award will be made to the responsible bidder whose bidder who bid, conforming to the invitation for bids, will be the most advantageous to the Government, considering only price and price-related factors included in the invitation. A Bid Bond in the amount of 20% is required to be submitted with bid, Payment and Performance bonds (100%) each are required ten (10) days after award. The Government reserves the right to reject any or all bids prior to award. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE OFFERS RECEIVED. Offerors should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. There will be only one (1) site visit conducted and it is anticipated to be held on June 21, 2010. A pre-bid conference will be conducted this same date. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. Bidders are cautioned that bids taking exception(s) to the IFB as presented may be considered as non-responsive and rejected IAW FAR 14.404-2. The bidders shall propose amounts for all items in the Bid Form (Base, Option 1, and Option 2). Bids will be evaluated inclusive of the option(s). The Government anticipates exercising both options at the time of award subject to the availability of funds which will be determined prior to bid opening. BACKGROUND: This project is for Roof Replacement and Water Proofing for Courts 2 and 3United States Department of Agriculture (USDA), South Building Modernization, 14th Street & Independence Avenue, SW, Washington, DC 20250. The USDA South Building was built in phases between 1930 and 1936 and is eligible for listing in the National Register of Historic places. REQUIRED SERVICES: Interested parties shall be able to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to perform the work described herein. Interested parties shall show their ability to be responsible for and capable of performing all associated demolition, removal of hazardous material and new construction. All contractors must be fully qualified, licensed, bonded, and have qualified sub-contractors (as applicable) to the contract and be capable of supporting a field office as required by USDA. This project includes three distinct elements of work: Waterproofing Court 2, Waterproofing Court 3, and Roofing on the Cafeteria Terrace. The Contractor must be able to plan and schedule work to provide full service to all occupied spaces and with limited impact on parking. The project scope includes, but is not limited to the following, as indicated in the contract documents: A. Base Project - Cafeteria Terrace: 1. Remove existing stone patio paving and related architectural features (canopies, planters, furniture, etc.) on patio and store for re-installation. 2. Remove existing IRMA (Inverted Roof Membrane Assembly) roof system. 3. Install new hot applied rubberized asphalt roof and rigid insulation. 4. New area drains tied to existing storm drainage system. 5. Install new flashings as appropriate at all perimeter conditions and penetrations. 6. Reinstall existing stone pavers and other features. 7. Install new pipe handrails at locations indicated. B. Option 1 - Court 2 Water Proofing: 1. Remove existing concrete topping slab and waterproofing membrane to existing structural slab throughout Court 2. 2. Remove and store existing architectural features above topping slab as indicated (column guards bike racks, metal ramps and stairs, etc). 3. Install new hot applied rubberized asphalt membrane of top of existing structural deck. 4. New area drains tied to existing storm drainage system. 5. New reinforced concrete topping slab 6. Install new flashings as appropriate at all perimeter conditions and penetrations. 7. Reinstall existing architectural features. 8. Restripe the parking areas and other parking designations. 9. Work will be phased to provide some continual use by USDA. C. Option 2 - Court 3 Water Proofing: 1. Remove existing concrete topping slab and waterproofing membrane to existing structural slab throughout Court 3. 2. Remove and store existing architectural features above topping slab as indicated (column guards bike racks, concrete ramps and stairs, etc). 3. Install new hot applied rubberized asphalt membrane of top of existing structural deck. 4. New area drains tied to existing storm drainage system. 5. New reinforced concrete topping slab 6. Install new flashings as appropriate at all perimeter conditions and penetrations. 7. Reinstall existing architectural features including new concrete stairs and steel pipe handrails. 8. Restripe the parking areas and other parking designations. 9. Work will be phased to provide some continual use by USDA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-10-0094/listing.html)
- Place of Performance
- Address: USDA South Building, 1400 Independence Ave., washington, District of Columbia, 20250, United States
- Zip Code: 20250
- Zip Code: 20250
- Record
- SN02165939-W 20100604/100602234938-da5e90144a1d7b2e10b9edfe5ea8c8a3 (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 |