Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
DOCUMENT

Z -- Outbuilding Roof Replacement: Project # 402-18-610 - Attachment

Notice Date
8/27/2018
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Veterans Affairs;VAMC Togus;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
36C24118Q9246
 
Response Due
9/7/2018
 
Archive Date
11/6/2018
 
Point of Contact
William G. Healey II
 
E-Mail Address
3-8411
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement General Requirements: The work covered in this contract consists of providing all labor, equipment, and supervision required to install a metal roof system on 6 VA owned housing units, two garage units and install a metal roof and repair the cap and fascia boards on the barn, building 21. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform work identified in this Performance Work Statement. Background: The existing shingles have exceeded their useful life and require replacement on the housing units and the detached garages. The existing shingled barn roof has failed and is need of replacement. Objectives: Install a low maintenance roof system that will be suitable for these structures. Scope: Install a new standing seam metal roof system on these buildings. Period of Performance: The period of performance shall be 120 days from award. General Information: Evidence of Responsibility: The prime contractor must have a minimum of five years of experience in installation of metal roofs and must be certified by the manufacturer of the roof system that they are installing. Quality Control: The Quality control will be provided by the contractor. The contractor will ensure that the quality of the final product meets the requirements of the contract. Quality Assurance: The Government shall evaluate the contractor s performance under this contract in accordance with established VA quality assurance procedures. The contractor will make all documents, material, equipment, certifications, licenses, etc. pertaining to the contract available to the Government in a timely manner upon request. Recognized Holidays: New Year s Day, Labor Day, Martin Luther King Jr. s Birthday, Columbus Day, President s Day, Veteran s Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day Hours of Operation: The contractor is responsible for conducting work during normal facility hours 0800 until 1600 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Afterhours work will be at the discretion of the ontracting Officer. Place of Performance: The work to be performed under this contract will be performed at the VA Togus, Maine Facility. Security Requirements: Contractor personnel performing work under this contract must obtain proper badges from the VA security prior to performing work on the site. The COR or his designated representative will determine what type of badges are required for performance of this contract. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Special Qualifications: None Post Award Conference/Periodic Progress Meetings: As required by VA or Contractor to coordinate schedule, work times, construction safety, traffic control, etc. Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Key Personnel: The follow personnel are considered key personnel by the government: Mike Felkay COR, and Seth Bickford Alternate COR. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available at all times while work is in progress and shall be available during normal business hours for prior to the commencement of work for discussions or meetings as needed prior to the mobilization phase of the project. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Specific Tasks: The contractor shall remove the existing roof in its entirety and expose the existing roof deck. The abandoned solar heating system on unit number 20 shall also be demolished and removed by the contractor. The buildings should be evaluated to determine the quantity of roof decking that needs replacement. The quantity shall be submitted to the COR for approval. Upon approval of the COR the wood shall be replaced at the approved price per square foot. The old roof material is to be properly disposed of by the contractor. The contractor shall provide a unit price for replacement of up to 10% of the roof decking. The roof deck shall be examined for any irregularities prior to installing the new roofing system. Protruding nail heads shall be addressed and the COR shall be notified of any other defects that might affect the new roof system. The barn roof soffits and fascia boards including the gable fascia shall be completely capped with 26 gauge metal. The metal shall be the same type and finish as the roof metal. The color will be determined by the COR. The seam between the metal capping and the wall shall be trimmed with a 1x2x 8 or similar piece of wood trim for the entire length of the building. The existing trim piece at the wall junction shall be removed. If the wood is salvageable it can be reused. The trim boards shall be painted white with a suitable exterior paint and the joints shall be caulked with a suitable latex caulk. The wood capping shall be installed in accordance with industry standards. The roof s are to be covered with a 26 gauge standing seem roof system with clips attached to the existing roof deck. The roof system shall meet all applicable Federal. State, Local, and VA applicable codes and regulations. The roof material and its associated installation hardware and accessories shall meet the requirements of UFGS 07 41 13. The roof system shall be installed according to the manufacturer s instructions using the installation hardware and accessories supplied by the manufacturer for the roof system being installed. All valleys, dormers, chimneys and penetrations shall be flashed according to the roof manufacturer s recommended practices for the system being installed. Pipe flashing boots shall be EDPM rubber or silicone and secured with a stainless steel pipe clamp where required. The contractor shall cover the entire roof of the housing units with an ice and water shield underlayment that is specifically designed for use with a metal roof system. Underlayment and the installation of, shall meet the roof system manufacturer s requirements and Section UFGS 07 41 13. The underlayment of the garage roofs and barn roof can be any product approved by the manufacturer for an unheated barn/garage space and meets the requirements of UFGS 07 41 13. The contractor will provide and install clamp-on snow/ice guards (bar style) to protect all entryways identified as at risk of snow/ice fall hazard. Submittals are specified in Section 07 41 13 and shall be submitted prior to beginning work. The colors will be determined by the COR based on submitted samples. The contractor is responsible for ensuring the protection of the building and its contents during the re-roofing process. The contractor shall not remove more existing roof than can be replaced in a work day. It is incumbent upon the contractor to make determinations of weather and how much roof should be removed. The contractor will also be responsible for temporarily covering/patching as needed to ensure the protection of the building and VA property. The contractor will be required to submit a fall protection plan that spells out how they will address the fall hazards associated with the roofing project. The contractor will make provisions for the VA personnel to access the building as needed. The contractor may utilize the power that is available at the building, but no guarantees are made regarding the reliability and the available amps. The contractor is required to provide their own toilet facilities for the project duration. Upon completion of the roof installation, an information/warranty plaque is to be installed as per section UFGS 07 41 13. The contractor will complete a thorough clean-up of the site prior to demobilization. The entire area around the building is to be swept with magnetic sweepers to ensure that all nails are picked up and properly disposed of. All components and workmanship are to be in compliance with all applicable Federal. State, Local, and VA codes and regulations. Attachments: Attachment A. Edited UFGS 07 41 13 Attachment B. Quarters 15-20
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24118Q9246/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q9246 36C24118Q9246_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563012&FileName=36C24118Q9246-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563012&FileName=36C24118Q9246-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05058840-W 20180829/180827231637-a59ef715b05be5ee5241fbb21473bb68 (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.