SOLICITATION NOTICE
Z -- BUFF - ROOFS REPLACEMENT
- Notice Date
- 8/6/2019
- Notice Type
- Synopsis
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- NPS, MWR - Missouri MABO<br />413 S. 8th Street<br />Springfield<br />IL<br />62701-1905<br />US<br />
- ZIP Code
- 62701
- Solicitation Number
- 140P6219Q0039
- Response Due
- 8/30/2019
- Archive Date
- 9/14/2019
- Point of Contact
- Logsdon, Kathryn
- Small Business Set-Aside
- Total Small Business
- Description
- PRESOLICITATION NOTICE 140P6219Q0039 FOR ROOFS REPLACEMENT AT BUFFALO NATIONAL RIVER, HARRISON, ARKANSAS DESCRIPTION: On or about August 12, 2019, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, intends to issue a Request for Quote (RFQ) 140P6219Q0039 to solicit quotes to remove asphalt shingles from nine (9) structures and replace and install 3-tab asphalt shingles to those nine (9) structures. The structures are located within the Upper and Lower Districts of Buffalo National River, in outlying areas of Harrison, Arkansas. A. The contractor shall furnish all personnel, equipment, tools, materials, supplies, supervision, and other items and services necessary to remove asphalt shingles from nine (9) structures and replace and install approximately 76 squares (combined total) of 3-tab asphalt shingles to those nine (9) structures with a high grade 30-year architectural shingle. The project encompasses 5 buildings in the Upper District and 4 buildings in the Lower District of Buffalo National River, in outlying areas of Harrison, Arkansas. The locations, buildings, and roof information are as follows: 1. UPPER DISTRICT - Locations are spread across the entire upper portion of Buffalo National River between Ponca and Pruitt on gravel road surface. Travel time between locations range from 15 to 30 minutes. a. Ozark Compground - Pumphouse (1) Roof Surface - Approx. 550 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 16 miles from Harrison, AR on County Rd 129 b. Erbie Campground - Pumphouse (1) Roof Surface - Approx. 550 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 21 miles from Harrison, AR on Erbie Campground Rd. c. Lost Valley - Pumphouse (1) Roof Surface - Approx. 550 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 28 miles from Harrison, AR on Lost Valley Rd. d. Kyles Landing Campground - Pumphouse (1) Roof Surface - Approx. 550 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 26 miles from Harrison, AR on County Rd 56 e. Pruitt Maintenance Yard - Pumphouse (1) Roof Surface - Approx. 550 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 14 miles from Harrison, AR on County Rd 78 2. LOWER DISTRICT - Locations are all within the Buffalo Point Campground on paved road surface. Travel time between locations is no more than 5 minutes. a. Buffalo Point Campground - Pavilion #2 (1) Roof Surface - Approx. 2,420 sq. ft. (2) Roof Pitch - 6/12 (3) Located approximately 17 miles from Yellville, AR (2229 Hwy 268 E., Yellville, AR 72687) b. Buffalo Point Campground - Pavilion #3 (1) Roof Surface - Approx. 1,530 sq. ft. (2) Roof Pitch - 6/12 (3) Located approximately 17 miles from Yellville, AR (2229 Hwy 268 E., Yellville, AR 72687) c. Buffalo Point Campground - Mid Level Pumphouse (1) Roof Surface - Approximately 400 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 17 miles from Yellville, AR (2229 Hwy 268 E., Yellville, AR 72687) d. Buffalo Point Maintenance Yard - Flammable Storage Building (1) Roof Surface - Approximately 520 sq. ft. (2) Roof Pitch - 5/12 (3) Located approximately 17 miles from Yellville, AR (2229 Hwy 268 E., Yellville, AR 72687) B. Roof Specifications 1. The Contractor will remove the existing asphalt shingle roof materials and transport them to a permitted recycling company for disposal. The disposal will include all components including shingles, drip edge, and all other miscellaneous roof materials. The Contractor will be responsible for providing proof for licensed dumping location and load tickets for the items that were disposed. 2. The Contractor will be responsible for protecting surrounding structures and landscaping from damage during the duration of the job. The Contractor will be required to tarp off all areas around the house to catch all loose debris. A magnet will be used to remove any metal debris before the job is deemed complete. 3. The Contractor will be responsible for addressing rotten decking and fascia components before installing new roofing products. The materials used will be in-kind to existing materials on structures. The materials will range from 1 by pine decking to 5/8 in. OSB decking. The structures will have no more than 20% wood replacement per structure. 4. The Contractor will clean the roof of all protruding staples, nails and debris before installing any new products. The Park requires a site inspection once demolition and repairs have been completed for verification. The inspection must occur prior to installation of any roofing components. The Park's designated COR for the project will sign off on completion before final components are installed. 5. The Contractor will install a self-adhering ice and water shield over the entire roof surface. The ice and water shield must be similar or equal to a Tamko Moisture Guard Plus. The ice and water shield will be installed using complete sections, minimizing joints along the roof surface. 6. The Contractor will be responsible for installing dark brown aluminum drip edge along all outside edges. The drip edge will be installed using full 12-foot length sections where applicable to minimize unsightly joints. All adjoining sections will be cut to proper angles and overlapped to create a seamless transition. 7. The roofing material will be similar or equal to Tamko Heritage Premium Series Architectural Shingles. The Contractor will install all roofing materials with proper galvanized roofing fasteners. All materials must be installed by manufacturer's installation standards. 8. The roofing material shall have a minimum of a 30-year warranty. All warranty documentation will be provided to the Contracting Officer and the COR. All materials will be installed in accordance with industry standard installation techniques and manufacturer's installation specifications. 9. The Contractor will be responsible for installing plastic ridge venting similar to the Tamko Coolridge. The ridge vent will be installed using proper fasteners and shingles will be layered to meet manufacturer's specifications. 10. The Contractor will "boot" and seal all vent tubes that are venting through the roof with new boots. The existing boots will not be accepted. The structures have no more than one boot per location. 11. The Contractor will supply copies of the warranties, and all applicable written product operation and maintenance instruction manuals. Prior to the project being complete, the Contractor will also brief the Park's maintenance mechanic on the maintenance requirements. 12. All work required by the project documents to successfully and satisfactorily complete the work in its entirety will be performed by the Contractor, to include minor items/services that may not be specifically mentioned in the project documents. - - - - - - - - - - - - - TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded early to mid-September 2019 time frame. Award will be made to only one successful quoter. Davis Bacon Prevailing Wages will apply. PERIOD OF PERFORMANCE: The period of performance will be forty-five (45) calendar days from the date the Notice to Proceed is received by the Contractor. The forty-five (45) calendar days also include final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. Work of the contract is to begin within ten (10) calendar days after the Contractor has received the Notice to Proceed. MAGNITUDE OF PROJECT: Between $25,000 and $100,000. BONDING: In accordance with FAR Part 28, should the contract exceed $35,000 but not exceed $150,000, the Contractor will, within ten (10) calendar days after contract award, provide a payment bond or an irrevocable letter of credit (ILC). The payment bond or the amount of alternative payment protection must equal 100 percent (100%) of the original contract price. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238160. SMALL BUSINESS SIZE STANDARD: $15 million. SET ASIDE: This opportunity is set aside for Small Business concerns. SITE VISIT: One (1) site visit briefing will be conducted telephonically as follows: Date: Friday, August 16, 2019 Time: 9:00 a.m. central time To participate in the site visit briefing, you are to contact the Contracting Officer by e-mail at kathryn_logsdon@nps.gov, or by phone at (217) 391-3225 prior to 1:00 p.m. central time on Thursday, August 15, 2019 and inform her of your interest in participating. You will then be provided with a telephone number and passcode for access to the telephonic briefing. Quoters will be provided with a map(s) of the buildings' locations in order to visit and inspect the sites where work is to be performed. These will be unescorted site visits in order for quoters to visit the sites at their convenience Monday through Friday between the hours of 8:00 a.m. and 3:00 p.m. central time. Quoters are encouraged to attend the telephonic site visit briefing and visit and inspect the sites to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the sites constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFQ) is anticipated to be issued and available on or about August 12, 2019 and will be posted to the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The keyword/solicitation/reference number for the solicitation will be RFQ 140P6219Q0039. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the quoters to monitor the FBO and FedConnect websites to download the solicitation, specifications, other attachments, and all amendments issued against the solicitation. THIS PRESOLICITATION NOTICE DOES NOT CONSTITUTE A SOLICITATION; IT IS ONLY ADVANCE NOTIFICATION THAT A SOLICITATION FOR QUOTES WILL BE FORTHCOMING. All contract specification documents, along with the method in which quotes are to be submitted and the criteria used to evaluate quotes shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response time for submission of all quotes is Friday, August 30, 2019 at 3:00 p.m. central time. Instructions on how and where to submit your quote will be included in the forthcoming solicitation. This will be a competitive selection. The lowest price technically acceptable evaluation method subject to FAR Part 13 will be used to determine contract award. REGISTRATION: All quoters are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a Small Business under the NAICS Code of 238160, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful quoter to fulfill these requirements prior to the time the Contracting Officer makes an award determination, may render the quote ineligible for award. *NOTE: Unique Entity Identifier (UEI) number - formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6219Q0039/listing.html)
- Place of Performance
- Address: Buffalo National River<br />Harrison<br />AR<br />72601-3622<br />USA<br />
- Zip Code: 72601-3622
- Country: USA
- Zip Code: 72601-3622
- Record
- SN05393725-F 20190808/190806230012 (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 |