Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC) for building envelope and roof repair and replacement construction services in support of the Louisville District missions for the U.S. Army Reserves National Roofing Initiative (NRI)

Notice Date
6/11/2014
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-14-R-0032
 
Response Due
7/29/2014
 
Archive Date
8/28/2014
 
Point of Contact
Bjorn, 502-315-6196
 
E-Mail Address
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This solicitation is for a Louisville District, USACE Multiple Award Task Order Contract (MATOC) for building envelope and roof repair and replacement construction services in support of the Louisville District missions for the U.S. Army Reserves National Roofing Initiative (NRI), Army IMCOM, Air Force and Air Force Reserves. The intent is to issue one (1) solicitation and award up to ten (10) Multiple Award Task Order Contracts (MATOCs). Each contract shall consist of a three (3) year base period and one (1) two-year (2-year) option period. For these Construction MATOCs, contractors must be current members of the National Roofing Contractors Association (NRCA) or members of other state or industry recognized roofing professional or roofing trade organizations for a minimum of 3 years. The contractors chosen shall also be certified applicators capable of installing 20-year no dollar limit roofing systems to include Built-up, Single-Ply, and Standing Seam Metal systems and specified shingle systems. For prime contractors who expect to sub-contract any work, it is noted that in these contracts there will be a high percentage of work required to be self performed. Where allowed, all sub-contractors used shall meet the same qualifications criteria. Contractors submitting for this request will be required to demonstrate their capacity to execute multiple task orders concurrently across a dispersed geographic area that includes the domestic U.S. and its territories. Task Orders will include Building Envelope and Roof Repair or Replacement Construction Scopes of Work that include plans and specifications developed from roof and building envelope inspections performed by Registered Roof Consultants (RRC) and architects or engineers. The construction contractor will complete the roof replacement and/or repair construction according to the plans and specifications. It is the intent of the Government to have a third-party Registered Roof Observer familiar with the design documents provide supplemental inspection, Quality Assurance and review of the construction process to ensure all requirements and standards are met. The estimated cost range for each Task Order is between $250,000 and $5,000,000.00 SELECTION PROCESS: This is a single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Proposals, at a minimum, will consist of the following: Past Performance; Technical, to include Manufacturer's System Certifications and Roof Trade Organization Membership(s); Management, to include Management Plan and Key Personnel; Price; and Pro Forma information. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 238160 - Commercial and Institutional Building Construction. Size Limitation is $14 M. TYPE OF SET-ASIDE: This project is set aside for General Small Business competitive procurement. The resulting award will be of up to ten (10) Multiple Award Task Order Contracts (MATOCs). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 26 June 2014. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 29 July 2014 at 2:00 p.m. Louisville time (EDST). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Bjorn Hale at bjorn.t.hale@usace.army.mil or call (502) 315-6196. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0032/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03392044-W 20140613/140611235135-99b7eb968e1991dba62e9bdbbf1f7830 (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.