SOLICITATION NOTICE
Z -- DDJC Roof Replacement
- Notice Date
- 7/24/2018
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
- ZIP Code
- 17070-5008
- Solicitation Number
- SP3300-18-B-5004
- Archive Date
- 8/23/2018
- Point of Contact
- Tyler R. Houser, Phone: 7177707384, DONNA A KAUTZ, Phone: 717-770-6563
- E-Mail Address
-
tyler.houser@dla.mil, donna.kautz@dla.mil
(tyler.houser@dla.mil, donna.kautz@dla.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work at DLA Distribution San Joaquin, CA (DDJC): Replace Roof on Building 56, Sections 1-4. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize themselves with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work: a. Perform thermal scan and provide thermal image of the entire roofing system to identify areas of potentially wet insulation. Remove and replace all areas of moisture- damaged insulation identified. b. Inspect and repair or replace ay areas of damaged or deteriorated structural deck. c. Perform relief cuts of existing PVC roofing system, prepare surface and install ¼" Securock or Densdeck recovery board mechanically fastened to the existing assembly to metal deck as per manufacturer's recommendations. d. Install new 50 mil-Duro-Last PVC roofing membrane system mechanically fastened through the existing assembly to metal deck as per manufacturer's recommendations. e. Remove existing flashings and install new pre-fabricated PVC flashings at all curbs, pipes, walls, units, pitch pockets, etc. per manufacturer's recommendations. f. Provide and install new walkway pads at all existing locations. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence after the Notice to Proceed is issued and shall complete the entire work ready for use within 180 calendar days after receipt of Notice to Proceed. The majority of the work to be performed shall be during the regular working hours which consist of 8 hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1530, excluding Government holidays. This acquisition is set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The NAICS Code for this procurement is 238160. The small business size standard is $15,000,000.00. The magnitude of this construction effort is between $1,000,000.00 and $5,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-18-B-5004 for the above stated requirement is on or around August 6, 2018. A pre-bid/site visit will be conducted. The exact date and time for the pre-bid/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist, Tyler Houser, at tyler.houser@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective bidders are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest, responsive, responsible bidder. A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-18-B-5004/listing.html)
- Place of Performance
- Address: Defense Logistics Agency, Distribution, San Joaquin, 25600 S Chrisman Road, Tracy, California, 95304, United States
- Zip Code: 95304
- Zip Code: 95304
- Record
- SN05005580-W 20180726/180724231421-f73e9d91d25810c3042c4986e9a7ac7c (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 |