SOURCES SOUGHT
Z -- Demolition and New Installation of Metal Roof Panels and Coping of the Tohono O'odham High School, Bureau of Indian Affairs
- Notice Date
- 8/12/2011
- Notice Type
- Sources Sought
- Contracting Office
- BIA - Western Regional Office Division of Acquistion - Western2600 N. Central Avenue, Suite 400 Phoenix AZ 85004
- ZIP Code
- 85004
- Solicitation Number
- A11PS01212
- Response Due
- 8/17/2011
- Archive Date
- 8/11/2012
- Point of Contact
- Santiago Almaraz Contract Specialist 6023793796 santiago.almaraz@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Indian Affairs, Tohono O'odham High School, located in Sells, Arizona 85634, is seeking to identify potential sources pursuant to the Buy Indian Act who may possess the capability to perform Demolition and New Installation of Metal Roof Panels and Coping services. This sources sought is not an issuance of a solicitation, a request forproposal, invitation for bid, or request for quote and the information presented in this announcement will not obligate the Bureau of Indian Affairs, Tohono O'ohdam High School in any manner.This procurement is being considered for 100 percent set-aside under the Buy Indian program. If adequateinterest, sufficient supporting documentation is not received or documentation received is determined to beinsufficient in nature by technical acceptability, the solicitation may be issued under a small business set-aside orunrestricted basis without further notice or may be cancelled at any time. The estimated cost of this project is less than $25,000. NAICS code is 238160. PROJECT DESCRIPTION The Office of Facilities Management and Construction, Western Regional Office, maintains and repairs Government owned facilities in the Western Region locations in Arizona, Utah, Nevada and California. The statement of work consist of the removal and disposal of existing damaged portions of standing seam metal roof, temporary roofing and replacing with new matching roof panels and flashing as necessary to seal roof at Tohono O'odham High School, Building 800. LOCATION Tohono O'odham High School is located approximately 35 miles west of Sells, 50 miles south of Casa Grande, Arizona, Pima County, and is approximately 90 miles south of Phoenix, Arizona and approximately 110 miles west of Tucson, Arizona on Hwy 86. SCOPE OF SERVICES Contractor shall furnish sufficient technical, supervisory, and administrative personnel to ensure the expeditious accomplishment of the work. Additionally, contractor shall furnish all necessary services, supplies, materials, equipment, investigations, studies, travel, and all costs associated with this project. Areas of condition assessment: Existing standing-seam metal roof panelsContractor shall observe, analyze, and verify extent of demolition and new installation scope prior to commencement of work to be familiar with existing conditions; Contractor shall verify integrity of substrate prior to installation. Contractor shall conduct a pre-installation meeting with the user group (owner), Contracting Officer Technical Representative (COTR), and Regional personnel to discuss installation overview, coordination, anticipated timelines, and responsibilities. The scope consists of:1)Remove and dispose of portions of existing damaged roof panels; Contractor to remove back to existing undamaged roof panels; remove all associated temporary roofing, fastening clip devices, moisture barrier underlayments, and flashing to point of connection and prepare for new installation. Contractor will be responsible for removing and replacing associated items to allow for installation of portion of new standing seam metal roof complete with clips, moisture barrier underlayment, perimeter and penetration flashing, plates, trim, and closure strips; 2)Color and Profiles. New roof panels and copings to match existing profiles, color, gauges, and materials. Contractor shall submit shop drawing prior to fabrication and installation for review. Submittal shall include all necessary requirements, details, specifications, edge conditions, panel profiles, corners, anchorages, attachment system, flashings, closures, and any special details for compliance with applicable codes and regulations. WARRANTIESA.Endorse and forward to owner the following warranties: 1.20 year watertight warranty, jointly signed by the installer and the manufacturer.2.Manufacturer's standard 10 year finish warranty covering checking, crazing, peeling, chalking, fading, and adhesion.3.Installer's 2 year warranty covering roof panel system installation and water tightness.B.Warranties shall commence on date of substantial completion. Contractor shall comply with applicable Federal, tribal or State health and safety standards. COMPLIANCE WITH REGULATIONS Contractor shall comply with 29 CFR 1926, Subpart C, General Safety and Health Provisions including and not limited to the following: 1926.20 - General safety and health provisions.1926.21 - Safety training and education. 1926.23 - First aid and medical attention.1926.27 - Sanitation.1926.28 - Personal protective equipment.1926.202 - Barricades. Wind Uplift Classification: The panel system shall be listed as a Class 90 windstorm rated system, as determined by UL 580.Fire Resistance Classification: The panel system shall be listed as a Class A fire rated system, as determined by UL 790. DISPOSAL OF MATERIALS Remove debris, rubbish and other materials resulting from re-roofing operations from site. Transport and legally dispose of materials off site. Debris disposal shall be the responsibility of the contractor. The contractor shall make arrangements for disposal of all construction debris, and non-asbestos containing building materials. Use of explosives and burning of razed materials shall not be permitted on project site. CLEAN-UP AND REPAIR Upon completion of roof installation, remove all tools, equipment and keep site clean. Repair demolition of adjacent areas performed in excess of that required. Return structures and surfaces to condition existing prior to commencement of work. Interested parties will submit the following information in their Statement of Qualifications (SOQs) orExpressions of Interest (EOIs):1) Business name, address, Socio-Economic classification.2) Clear evidence of the firm's experience (no more than 2 projects please) performing work of a similar type. Theexperience should be identified by: contract numbers, agency issuing the contract, project titles, dollar amountsand points of contacts (both contractor and customer) with telephone numbers, emails, addresses, etc. Indicate ifthe firm was a prime or subcontractor (if subcontractor on the project, provide prime contractor information).Description of services provided under the contract. If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, provide specifics in terms of the largest customers of these services;3) A positive statement of their intention to submit an offer for the solicitation (if issued) as a prime contractor;4) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal orprivate sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please providethe specifics;Firms are reminded of the requirement to register in the Central Contractor Registration (CCR) database(http://www.ccr.gov) and the Annual Representations and Certifications (http://orca.bpn.gov) as required by FAR4.1102 will apply to this procurement. Interested parties are encouraged to respond to this notice not later than 1:00PM Arizona Local Time on, Wednesday, August 17, 2011. You may either email your response and any relevant information regarding specific performance or other qualifications regarding the professional services requested to Santiago Almaraz, Contracting Officer at santiago.almaraz@bia.gov. DO NOT SEND GENERIC HARD COPYADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BE DISCARDED. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for a follow-up by this office or the procuring contracting officer. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. The government is conductingmarket research in accordance with FAR Part 10. All information is to be provided on a voluntary basis at nocharge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out ofresponses received by the Government from interested contractors. All information/materials provided to thegovernment will become the property of the Government and will not be returned. Proprietary information will becontrolled and secured. There is no guarantee, expressed or implicit, that the market research for this acquisition
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01212/listing.html)
- Place of Performance
- Address: Sells, Arizona
- Zip Code: 85634
- Zip Code: 85634
- Record
- SN02531897-W 20110814/110812234944-b286c49f67e3101fd42c94b866f683d9 (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 |