SOLICITATION NOTICE
Z -- HQ ROOF REPLACEMENT AND REHAB AT UPPER SOURIS NATIONAL WILDIFE REFUGE, ND
- Notice Date
- 7/27/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE LAKE PLAZA NORTH 134 UNION BOULEVARD LAKEWOOD CO 80228-1807 US
- ZIP Code
- 00000
- Solicitation Number
- 140F0618R0024
- Point of Contact
- Cope, Ryan
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Fish and Wildlife Service Region 6 will be issuing a Request for Proposal (RFP) to provide all labor, material, and equipment necessary to Replace the Roof and Rehab the Headquarters Building at the Upper Souris National Wildlife Refuge in Berthold, ND. This project is meant to remove and replace the metal roof portion of the building. Ice and water shield is to be applied to the eave lines as well as the valleys prior to installation of a standing seam metal roofing system. Other roofing items to be provided and installed include, but are not limited to, ridge vents, vent caps, exhaust fan shrouds, snow guard rails which clip to the roofing seam, roof matching 6 gutters, roof matching down spouts and splash blocks. The southern portion of the building has an EPDM roof which is in good shape and is to be retained. There are (2) roof vents that are to be removed and the sheathing and roofing to be patched. There is a section of gutter to be repaired or replaced where the flag pole is to be removed. Work on the exterior will also require, but is not limited to, structural framing, wall and roof sheathing, attic and wall insulation, building wrap, exterior siding (to match existing), and building cavity ventilation. The interior of the building is to receive repairs to the ceiling plane, primer and paint on the ceiling as well as the walls where ceiling work intersects the walls. Portions of the ceiling replaced will need a new vapor barrier. The attic/ceiling space is to have any damaged insulation removed and replaced. Work on the old HVAC system will require removal of now unused mechanical equipment, duct work, and associated items. Items are identified in the drawings and specifications, but there may be other items as identified in the field then will need to be removed as well. There may also be some work on the remaining ductwork that will need to be done to close and seal where ductwork has been removed. The controls system is to then be evaluated and modified to account for removed items and assure a fully functional system. The vestibule is to have the interior finishes of the exterior walls removed, the cavities cleaned and sanitized, new spray-in foam insulation installed, new interior wall surfaces installed and finished, and any exterior rodent entry points identified and repaired. The carpet flooring is to be removed, the surface cleaned and prepared to receive new floor tile to match the tile used in the restrooms as well as a tile cove base. Interior and exterior finishes are to be repaired as noted in the specifications and are, in general, meant to match the existing finishes. The project site is located on the Upper Souris National Wildlife Refuge (NWR) in Berthold, ND. The Upper Souris National Wildlife Refuge (NWR) is located at 17702 212th Ave. NW Berthold, ND. This procurement action is being solicited as a Total Small Business Set-aside. The NAICS code is 236220, Commercial and Institutional Building Contractors with a size standard of $36.5 Million. The estimated magnitude for this project is between $100,000 and $250,000. The estimated performance period is 180 calendar days from the Notice to Proceed date. The Notice to Proceed date will be negotiated based on the site conditions. This requirement is being procured in accordance with FAR Part 36, Construction and Architect-Engineer Contracts and Far Part 15, Contracting by Negotiation. The solicitation package number (140F0618R0024) will include the Solicitation Forms (SF1442), Specifications, Combined Drawings, Project Submittal List, Wage Determination, and the Instruction to Offerors. These documents will be posted to https://www.fbo.gov and available on https://www.fedconnect.net on or about August 10, 2018. Contractors must be registered in the System for Award Management (SAM) in order to participate in this requirement. Payments will be made via Electronic Funds Transfer (EFT) using the data within the SAM registration database. The SAM registration is free and can be accessed at http://www.sam.gov. The date, time, and point of contact information for coordinating the pre-proposal site visit will be included in the solicitation package. Prospective bidders are encouraged to visit the work area in order to examine the existing conditions. Failure of the contractor to ascertain the nature, location, and conditions which affect the work will not relieve the contractor from the responsibility for successfully performing the work without additional expense to the Government. All questions regarding the subject requirement shall be submitted to Ryan Cope, Contracting Officer, at ryan_cope@fws.gov. The preferred method for submission of requests for information and proposals will be email. All inquiries and questions shall be submitted in writing; no verbal questions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0618R0024/listing.html)
- Place of Performance
- Address: FWS UPPER SOURIS NWR 17702 212TH AVENUE NW BERTHOLD ND 58718-9666 USA
- Zip Code: 58718-9666
- Zip Code: 58718-9666
- Record
- SN05010744-W 20180729/180727231022-d09440b2950087ce0d0a868ea1596265 (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 |