SOURCES SOUGHT
Z -- Roofing Repairs at Ft Riley, KS
- Notice Date
- 11/14/2019 2:46:11 PM
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- PANNWD19P0000-008604
- Response Due
- 11/27/2019 2:00:00 PM
- Archive Date
- 12/12/2019
- Point of Contact
- Misty L. Weinhold, Phone: 8163893368Rodney A. Morris, Phone: 8163893730
- E-Mail Address
-
misty.l.weinhold@usace.army.mil, rodney.a.morris@usace.army.mil
(misty.l.weinhold@usace.army.mil, rodney.a.morris@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, Kansas City District will solicit and award an Indefinite Delivery Type Contract (IDC) for Roofing Repairs and Replacement at Fort Riley, Kansas. The Government proposes to issue a firm fixed price type contract award for this Design Bid Build Construction Single Award Task Order Contract.THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities and qualifications of small business firms to perform roofing replacement and repairs of this complexity and magnitude and to determine if there is adequate competition to compete and successfully perform. The anticipated period of performance is a 5 year base IDC with no options. The maximum capacity is not expected to exceed $15,000,000.The scope of the requirements includes roofing repairs and replacements in Riley and Geary County on Fort Riley in Kansas. Requirements awarded under the IDC will include furnishing all plant, labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specification for replacement and repair of asphalt shingle, built-up asphalt, styrene-butadiene-styrene modified bituminous (mod bit), ethylene-propylene-diene-monomer (EPDM), polyvinyl-chloride (PVC), thermoplastic-polyolefin (TPO), and architectural and structural metal panel roofs.ACQUISITION STRATEGYThe Government anticipates a firm fixed price Single Award Task Order Indefinite Delivery type with a base award of (1) one year and (4) four (1) one year options. The magnitude of this project is between $10,000,000 and $25,000,000. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: Roofing Contractors 238160, $16,500.000.Prior experience with construction of projects with similar scope and magnitude is required.The magnitude of Task Order projects which will be awarded pursuant to this IDC is between $1,000,000 and $5,000,000 in a given year where annual requirements sometimes overlap. You are invited to respond to this sources sought notification, with your response to include the following information:COVER LETTER: Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; Company Website Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 238160. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business. Assertion of Contractors interest in bidding on the solicitation when it is issued.SOURCES SOUGHT QUESTIONS:1. Demonstration of past performance on a minimum of (2) two projects as a commercial roofing contractor experienced in replacement and / or repair of asphalt shingle roof within the last (7) seven years. 2. Demonstration of past performance on a minimum of (2) two projects as a commercial roofing contractor experienced in repair and / or replacement of styrene-butadiene-styrene (SBS) modified bituminous (mod bit) roofing within the last (7) seven years. 3. Demonstration of past performance on a minimum of (1) one project as a commercial roofing contractor experienced in replacement and / or repair of architectural and structural metal panel roofs and associated flashings and sheet metal roofing within the last (7) seven years.4. Demonstration of past performance on a minimum of (1) one project as a commercial roofing contractor experienced in replacement and / or repair of one of the following types of roofs: ethylene-propylene-diene-monomer (EPDM), polyvinyl-chloride (PVC), or thermoplastic-polyolefin (TPO) within the last (7) seven years. 5. Demonstration of past performance on a minimum of (2) two projects as a commercial roofing contractor experienced in replacement and / or repair of roofing which was performed are for U.S. Government Agencies within the last (7) seven years. 6. Demonstration of past performance on a minimum of (1) one project as a commercial roofing contractor experienced in replacement, repair and / or maintenance of roofing on a historic structure within the last (7) seven years. Each of these projects shall be supported by including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of that project; (c) a description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor; (d) indication of how long the services took to complete from start to finish; (e) name, address, point of contact and phone number of customer organization for which the work was done. Contractor may submit examples of work done by a subcontractor, if that subcontractor intends to enter into a letter of commitment with the contractor.7. Firm's Joint Venture information, if applicable - existing and potential.8. Contractor's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.)The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience and capabilities to successfully perform. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives.Please respond by November 27, 2019 at 1:00 pm local time, with response limited to five (5) pages. Send your response to Misty L. Weinhold @ misty.l.weinhold@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a0e4b03e5574a0b9a830f27b7af4b88/view)
- Place of Performance
- Address: 23965, KS 66442, USA
- Zip Code: 66442
- Country: USA
- Zip Code: 66442
- Record
- SN05493975-F 20191116/191117181058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |