DOCUMENT
Z -- Roof Replacement on Building 316 at the FAA William J. Hughes Technical Center (WJHTC) Project - Attachment
- Notice Date
- 3/10/2015
- Notice Type
- Attachment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-610 CT - William J. Hughes Technical Center (Atlantic City, NJ)
- Solicitation Number
- 20017
- Response Due
- 3/18/2015
- Archive Date
- 3/18/2015
- Point of Contact
- Benjamin Tarr, benjamin.tarr@faa.gov, Phone: 609-485-5097
- E-Mail Address
-
Click here to email Benjamin Tarr
(benjamin.tarr@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- (1)INTRODUCTION The FAA William J. Hughes Technical Center at the Atlantic City International Airport, NJ has a requirement for construction. The work includes the provision of all labor, materials and equipment to replace the roof on Building 316 at the FAA William J. Hughes Technical Center (WJHTC) and all incidental work. The project includes, but is not limited to, approximately 72,000 square feet of Ethylene-Propylene-Diene Monomer (EPDM) roofing to be replaced with Polyvinyl Chloride (PVC) roofing over three roof areas. The work will require a full-time Site Superintendent, Site Safety and Health Officer (SSHO) and roofing membrane manufacturer s representative. The Site Superintendent and SSHO may NOT be the same individual. The estimated price range for this project is $1,500,000.00 to $2,500,000.00. (2) PERIOD OF PERFORMANCE The FAA anticipates award of a firm, fixed-price contract by late May 2015. The period of performance will be 150 calendar days from the Notice to Proceed (NTP). All crane use and any demolition, mechanical roof fastening and adhesive/solvent/primer application work associated with Roofs A and B (totaling approximately 32,000 square feet) must be performed on weekends only (Saturday and Sunday between 6:00am and 6:00pm). (3) SET-ASIDE INFORMATION This procurement will be available for Full and Open competition. The applicable NAICS Code for this procurement is 238160 Roofing Contractors with a Size Standard of $15.0M. The vendor must be capable of performing, with its own workforce, not less than 60% of the work, not including the cost of materials and equipment. (4) PROCUREMENT SCHEDULE Phase I Final specifications and drawings are attached (Attachments I and II) as a means of outlining the broad scope of the work. This broad scope is to give vendors an idea of the size of the project and the resources it will require. Vendors interested in being considered for this requirement MUST provide a pre-qualification capability statement (as described in "delivery requirements" section below) and submit their responses, along with a completed Business Declaration (Attachment III) in writing to benjamin.tarr@faa.gov no later than 1:00PM (EST) on March 18, 2015. Phase II Once all of the pre-qualification capability statements have been collected, they will be evaluated by the FAA on a pass/fail basis. Vendors must meet all of the requirements in the pre-qualification criteria below to be considered technically acceptable to move on to Phase III. Phase III The FAA will invite all of the pre-qualified vendors to a MANDATORY site visit, at which time a complete Request for Proposal (RFP) Package, a full sized drawing set and electronic copies of the contract drawings and specifications will be distributed. The FAA will not pay for any information received or costs incurred in attendance of the site visits or preparing responses to this announcement. Therefore, any costs associated with the site visit or response to the RFP is solely at the interested vendors expense. (5) DELIVERY REQUIREMENTS Interested vendors must respond to this announcement via email at benjamin.tarr@faa.gov by 1PM (EST) on March 18, 2015; late responses will not be considered. Responses must include the following: (a) Pre-qualification capability statement including the following (not to exceed 9 pages): I.Corporate experience - The offeror must have completed as the roofing system installer (i.e., the roofing installation was not subcontracted) a minimum of three (3) completed projects, each with a total contract value of at least ($1,000,000.00) one million dollars. The listed projects must have been completed within the past six (6) years. Each project must have a minimum of 25,000 square feet of commercial roofing. A minimum of one (1) project must be a PVC roof system. For each project, the offeror must provide at a minimum: Project title and location Length of contract time and date completed Total contract cost Brief description of the project. Types and value of contract work executed by the offeror. Special project requirements or constraints, if any. Project reference information (i.e., Client company name and name, title, address, phone number and email address of client contact). II.PVC Roofing Membrane Confirmation - Statement confirming the vendor has been qualified/approved to install PVC roofing membrane systems by a minimum of two (2) PVC membrane roofing manufacturers/suppliers that are capable of issuing the specified 20-year direct manufacturer s (single-source) full roof system warranty. Additionally, a PVC roofing membrane manufacturer s representative will be required to be on site at all times when roofing is being completed. (b) Completed Business Declaration (Attachment III) (6) OTHER INFORMATION (a) Award of this requirement will be made to the responsible lowest price, technically acceptable offeror. (b) All potential vendors must be registered in the System for Award Management website (https://www.sam.gov/portal/public/SAM/) for consideration of this award. (c) Potential sources are cautioned that further public announcements may not be made and the RFP along with SOW documents will only be released to the qualified vendors invited to the mandatory site visit. (d) Questions about this announcement must be submitted in writing to benjamin.tarr@faa.gov no later than 1:00PM (EST) on March 16, 2015. A formal question and answer period regarding the complete RFP Package will open after the site visit held during Phase III. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/20017 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/20017/listing.html)
- Document(s)
- Attachment
- File Name: Attachment II - 316 Roof Replacement Specifications (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/50835)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/50835
- File Name: Attachment I - 316 Roof Replacement Bid Drawings (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/50834)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/50834
- File Name: Attachment III - Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/50836)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/50836
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment II - 316 Roof Replacement Specifications (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/50835)
- Record
- SN03663558-W 20150312/150311000207-31ca22e1dac75834572d856b4a037f48 (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 |