Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
MODIFICATION

Z -- Z - Roofing Construction

Notice Date
9/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
BIA NAVAJO 00009301 WEST HILL ROOM 346Contracting OfficeGallupNM87301US
 
ZIP Code
00000
 
Solicitation Number
A14PS01017
 
Response Due
9/5/2014
 
Archive Date
10/5/2014
 
Point of Contact
Cedric Wood
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No: A14PS01017 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is for a Service Disabled Veteran-Owned Small Business Set-Aside. The NAICS Code 444130, size standard is $7.0. Due to the urgency of the required services the solicitation times have been shortened. Scope of Work: Contractor shall provide equipment consisting of delivery, labor, equipment, materials, supervision, and incidentals necessary to deliver the required equipment. All interested parties shall provide an all-inclusive cost proposal for this requirement; to include but not limited to all applicable taxes and FOB shipping costs. STATEMENT OF WORK INSTALL ASPHALT SHINGLES LAKE VALLEY NAVAJO SCHOOL PART I GENERAL 1.01 DESCRIPTION: Contractor shall furnish all labor, materials, equipment and supervision necessary to perform work outline in Scope of Work on building 734 and 735 at Lake Valley Navajo School, Lake Valley, New Mexico 1.02 SCOPE OF WORK: A. Building No. 734 (1260 sf) 1. Remove damaged shingles including underlayment and dispose off-site. 2. Reinstall new underlayment over existing wood deck where damaged shingles were removed and where shingles are missing. 3. Reinstall new matching architectural shingles over new underlayment where existing damaged shingles were removed and where shingles are missing. B. School/Building 734 Walkway (320" LF 8.88 SF) 1. Remove existing roofing and existing gravel stop at walkway at school building leaving existing Insulation and wood nailer. 2. Cut and remove 2 ft. of existing roofing perimeter and remove existing gravel stop on school building leaving existing insulation and wood nailer. 3. Remove debris off roof and dispose off-site. 4. Install new galvanized drip edge at building walkway area onto existing wood nailer and fasten. Prime metal edge on roof to accept new APP modified tie in. 5. Install new Y4" tapered over existing Insulation and butt into existing wood nailer of walkway area at school building. 6. Install new fiberglass base sheet over existing insulation and wood nailer install taper system and wood nailer at walkway area and fasten down. 7. Install new roofing over walkway area and tie into existing school building. 8. Three course tie in at existing expansion joint and at all roof penetrations that are in area of perimeter repair. 9. Paint over exposed plastic cement with metallic paint to C. Building 735, Kitchen (260' LF) 1. Cut and remove 18" inches of existing roofing along at perimeter and remove existing gravel stop on kitchen leaving existing insulation, wood nailer, and gutter. 2. Remove debris off roof and dispose of site 3. Install new matching drip edge on kitchen perimeter over existing wood nailer and fasten, prime metal edge on roof to accept new roofing. 4. Install new fiberglass base sheet over existing insulation and wood nailer on kitchen and fasten down. 5. Apply new roofing membrane at perimeter of kitchen and over new base sheet and new perimeter drip edge. 6. Three course be in at existing expansion joint and at all roof penetrations that are In area of perimeter repair. 7. Paint over exposed plastic cement with metallic paint to preserve three course from direct sunlight. 1.03 EXTENT OF WORK A.Provide all labor, shingles, roofing supplies, transportation, equipment, equipment operation and supervision necessary to re-shingle buildings specified at Lake Valley Navajo School. B.The Roofing contractor shall confirm all given information and advise the building owner, prior to bid, of any conflicts that will affect their cost proposal. 1.04 FIELD VERIFICATION A.Contractors are strongly encouraged to visit actual project site to verify conditions before bidding the project. B.Contractor shall verify all dimensions and existing conditions prior to commencement of actual work. 1.05PRODUCT DELIVERY, STORAGE AND HANDLING A.Deliver materials to the job site in the manufacturer's original, unopened containers or wrappings with the manufacturer's name, brand name and installation instructions intact and legible. Deliver in sufficient quantity to permit work to continue without interruption. B.Comply with the manufacturer's written instructions for proper material storage. 1.06 USE OF THE PREMISES A.Before beginning work, the roofing contractor must secure approval from the building owner's representative for the following: 1. Areas permitted for personnel parking. 2. Access to the site. 3. Areas permitted for storage of materials and debris. 4. Areas permitted for the location of cranes, hoists and chutes for loading and unloading materials to and from the roof B.Disposal of Materials: Contractor shall remove all scraps and debris resulting from work on this project to an EP A approved landfill. 1.07 PRE-CONSTRUCTION CONFERENCE A.A preconstruction meeting will be held between the Government and the Contractor before notice to proceed will be given. 1.08 TEMPORARY FACILITIES AND CONTROLS A.Temporary Utilities: Contractor shall provide its own electrical power. Such power may be in the form of a portable gas generator. B.Temporary Sanitary Facilities: Sanitary facilities maybe available at the job site. If facilities are made available the roofing contractor shall be responsible for the provision and maintenance of portable toilets. C.Building Site: 1. The roofing contractor shall use reasonable care and responsibility to protect the building and site against damages. The contractor shall be responsible for the correction of any damage incurred as a result of the performance of the contract. 2. The roofing contractor shall remove all debris from the job site in a timely and legally acceptable manner so as to not detract from the aesthetics or the functions of the building. 1.09 JOB SITE PROTECTION A.During the roofing contractor's performance of the work, the building owner will continue to occupy the existing building. The contractor shall take precautions to prevent the spread of dust and debris, particularly where such material may shift into the building. The roofing contractor shall provide labor and materials to construct, maintain and remove necessary temporary enclosures to prevent dust or debris in the construction area(s) from entering the remainder of the building. B.Do not overload any portion of the building, either by use of or placement of equipment, storage of debris, or storage of materials. C.Protect against fire arid flame spread. Maintain proper and adequate fire extinguishers D.Remove all traces of piled bulk materials and return the job site to its original condition upon completion of the work. 1.10 SAFETY The roofing contractor shall be responsible for all means and methods as they relate to safety and shall comply with all applicable local, state and federal requirements that are safety related. Safety shall be the responsibility of the roofing contractor. All related personnel shall be instructed daily to be mindful of the full time requirement to maintain a safe environment for the facility's occupants including staff, visitors, customers and the occurrence of the general public on or near the site. 1.11 WORKMANSHIP A.All work shall be of highest quality and in strict accordance with the manufacturer's published specifications and to the building owner's satisfaction. B.There shall be a supervisor on the job site at all times while work is in progress. 1.12 QUALITY ASSURANCE A.Provide adequate number of experienced workmen regularly engaged in this type of work who are skilled in the application techniques of the materials specified. Provide at least one thoroughly trained and experienced supervisor on the job at all times roofing work is in progress. 1.13 JOB CONDITIONS CAUTIONS AND WARNINGS A.Proceed with roofing work only when weather conditions are in compliance with the manufacturer's recommended limitations, and when conditions will permit the work to proceed in accordance with the manufacturer's requirements and recommendations. 1.14 WARRANTY A.Provide one (1) year Warranty covering material and one year warranty on labor. 1.15 FINAL INSPECTION AND PAYMENT A.Contractor is responsible for all work performed and materials delivered prior to final inspection. Final payment will be made after final inspection is made by Government representative. PART 2 PRODUCTS: 2.1 Nails: American made common nails for all wood framing. Hot dipped galvanized nails for any expose exterior nailing. 2.2 Sheet metal: Galvanized sheet metal strip, minimum 22 gauge thickness 2.3 Primer: Asphalt primer ASTM D 41-85 and federal specification SS-A-701-B 2.4 Plastic cement: ASTM D-2822-88 and federal specifications SS-C-153-C 2.5 Membrane: ASTM D 5147 SBS modification bitumen roof membrane 105 lbs. I roll (GAF, INTEC, Firestone granulated). 2.6 MANUFACTURES A.GAF Building Materials Corporation B.Tamko Roofing Products C.Owens Coming Fiberglass Corporation D.Or equal 2.7 ASPHALT SHINGLES A. Asphalt impregnated fiberglass or organic mineral granule surface, 36 long x 12" wide x 5" exposure meeting ASTM D 225, ASTM D 3161, ASTM E- 108. UL Class A Fire Rating and UL Wind Resistant B.Shingles shall be self-sealing architecturally configuration, minimum 20 year warranty. Matching existing shingles. 2.8 FELTUNDERLAYMENT A.Approve organic unperforated asphalt saturated roofing felt, Type 1, ASTM D226-89. Felt and shingles shall be made by one manufacturer. 2.9 FASTENERS A.1-1/4" hot dipped galvanized nails with barbed shank. Staples are not approve fasteners. 2.10 PLASTIC CEMENT A.Asbestos free fibered bituminous plastic cement ASTM-4586-86. PART 3 INSTALLATIONS: 3.1. Eighteen inches of existing membrane must be removed from the perimeter edge as noted. 3.2 Apply torch to back surface of membrane until the compound reaches the proper application temperature. Care should be taken not to overheat the sheet. 3.3 Once the sheet has been heated to the proper application temperature, place the membrane into proper position and work into place providing full bonding to the bottom layer. Minimum bitumen flowout should be 3/8" (10 mm) at the seams 3.4 Heat the granule surface of the bottom membrane sheet, at the laps, so the granules begin to sink into the top surface compound on the sheet. 3.5 Prime all surface to be repaired with asphalt primer at a rate of one gallon per square, allow to dry before applying membrane. 3.6 DRIP EDGE A. Apply metal drip edge directly to the wood deck with nails spaced at 18 inches on center; metal drip edge at rake applied over the underlayment. B. Overlap metal drip edge minimum 2". 3.7 UNDERLAYMENT A.Apply single layer of 15 lb. Asphalt saturated felt over entire roof with 2" top lap and 4" side lap. Use Only enough nails to hold underlayment in place until shingles are laid. B.Lay underlayment 6" from both sides over hips and ridges. 3.8SHINGLES A.Install starter strip with 14" overhang on the roof drip edge. B.Fasteners must be placed below the factory applied sealant 5-1/2" from the edge of the shingle. One fastener I" back from each end and one fastener 10-1/2" back from each and one fastener 13-1/2" from each end for a total of six fasteners. C.Contractor shall replace at no cost to the Government any shingle(s) that blow off due to improper nailing. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-01, - Instructions to Offerors Commercial Items; FAR 52-212-04, - Contract Term and Conditions Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In paragraph (b) of FAR 52.212-5 (b), The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of Law or Executive order applicable to acquisitions of commercial items; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-01, Payment; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving (Aug 2001); 52.223-01, Buy American Act-Supplies (June 2003)(41 USC. 10a-10d); FAR 52.232-18, Availability of Funds (April 1984). FAR 52.232-33, - Performance Based Payments; 52.232-40, - Providing Accelerated Payments to Small Business Subcontractors. DOI Acquisition Regulation (DIAR) 1452.226-70, Indian Preference; DIAR 1452.226-71, Indian Preference Program; Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice; -A copy of the contractors invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than }- 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Cedric A. Wood, by close of business, 17:00 P.M., Local Time, September 3, 2014. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: cedric.wood@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Cedric A. Wood, Contract Specialist, at (505) 863-8266, by email at cedric.wood@bia.gov. All contractors submitting quotes must be registered in the SAM www.sam.gov in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov. Additional Info: Contracting Office Address: BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305 Place of Performance: Lake Valley, NM 87328 US Point of Contact(s): Cedric A. Wood, Contract Specialist 505-863-8266
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS01017/listing.html)
 
Record
SN03492954-W 20140905/140903235314-7bb4b0954a8dd4287659cd7d35d9382a (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.