Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOURCES SOUGHT

Z -- Installation Roof Requirement

Notice Date
2/4/2020 11:44:05 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W6QM MICC-FT LEAVENWORTH FT LEAVENWORTH KS 66027-1391 USA
 
ZIP Code
66027-1391
 
Solicitation Number
W91QF4-20-B-0002
 
Response Due
2/24/2020 11:00:00 AM
 
Archive Date
03/10/2020
 
Point of Contact
Alphonso Barnes, Phone: 913-684-1643, Fax: 913-684-1610, Felipe D. Zaragoza, Phone: 913-684-1625, Fax: 913-684-1610
 
E-Mail Address
alphonso.barnes3.civ@mail.mil, felipe.d.zaragoza.civ@mail.mil
(alphonso.barnes3.civ@mail.mil, felipe.d.zaragoza.civ@mail.mil)
 
Description
PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT.� THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM. The information received will be used within Directorate of Public Works, Fort Leavenworth, Kansas, to facilitate the decision making process and will not be disclosed outside of the organization. �This announcement is not a request for proposals, but a survey of the market for potential sources. �No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. �This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. �Respondents will not be notified of the results of the evaluation. The Directorate of Public Works, Fort Leavenworth, KS is seeking current relevant experience, personnel, and capability to provide services in performance of an Indefinite Delivery � Indefinite Quantity Roof Requirements contract. The project is to repair and/or replace the existing roofing systems on various buildings throughout the installation.� This work will include the removal and disposal of the existing roof systems, including flashing, down to the structural roof deck, repairing the roof deck if required, installing new flashing, and roof system.� It will also include repairs to gutters, fascia, downspouts, and incidental trim and painting.� The work to be performed includes the following principal features:�� a.)� All buildings will be occupied during construction.� b.)� Some of the existing buildings contain lead. Lead based paint is to be handled as described in attached specifications. c.)� The buildings are a mixture of historic and non-historic buildings.� Some details of Historic buildings will have to be approved by the State of Kansas, State Historic Preservation Office (SHPO).� d.)� The types of roofing repairs or replacements we could have during the performance of this contract are as follows: � 1.� Three tab asphalt shingle roofing, standard and architectural shingles. 2.� Modified bitumen roofing.��� 3.� EPDM roofing removed and replaced with Modified bitumen.� 4.� Slate Roofing repair, or replacing an existing asphalt shingle roof with slate roofing. 5.� Metal roofing repair or replacement. 6.� Use of Cool Roof Technology. 7.� EPDM roofing repair or replacement. e.)�� Some of the buildings may require additional repairs in areas related to the roof, such as the following: 1.� Replacement, repair or painting of the gutters and downspouts. 2.� Replacement or repair of some of the rotted substrate, including rafters and decking.��� 3.� Tuck pointing masonry chimneys, parapets, and other masonry elements above the roof line for the proper application of flashing or counter flashing to ensure the water tight integrity of the building. 4.� Replacement, repair or painting of the fascia, soffit, frieze boards, and trim. 5.� Replacement, repair or painting of soffit vents, roof vents, and ridge vents. 6.� Replacement of Blanket and Blown-In Insulation. 7.� Replacement or repair of some portions of EPDM roofing systems. 8.� Replacement or repair of some portions of elastomeric joint sealants. 9.� Identification of subsurface moisture problems/locations in existing roofs. f.)�� Refer to attached Specifications for additional information. Work shall be completed in accordance with all current codes, regulations, and related addenda including all local, county, state, and federal agencies having jurisdiction over any portion of the work to be performed under this contract. In the event of conflicting guidance, the more stringent guidance will be followed. This includes, but is not limited to: Unified Facilities Criteria (UFC), namely for buildings and security requirements. UFC 3-110-03 ROOFING UFC 3-110-04 ROOFING MAINTENANCE AND REPAIR International Building Codes (IBC, IPC, IMC) National Fire Protection Association (NFPA). American National Standards Institute (ANSI). The task orders to be awarded under this contract will be for miscellaneous roof items throughout Fort Leavenworth, within the North American Industry Classification System (NAICS) code is 238160 (Roofing Contractors), with a corresponding Small Business Size Standard of $16.5 million. �The proposed contract will be for One Base Year with 2 one-year Government options. �The estimated contract value is between $1,000,000.00 and $5,000,000.00 for the base year and option years, if exercised.� The anticipated Task Order values are an estimated average range between $2,000.00 and $300,000.00. FAR Clause 52.216-21 Requirements will be applicable to this acquisition, if procured by the Government. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). �Please include the following information: Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable.� For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/. � Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity and bond rate. � Experience: Submit a maximum of six (6) government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in roof work with specific skills in performing: � a. Three tab asphalt shingle roofing, standard and architectural shingles; b. Modified bitumen roofing;� c. EPDM roofing removed and replaced with Modified bitumen;� d. Slate Roofing repair, or replacing an existing asphalt shingle roof with slate roofing; e. Metal roofing repair or replacement and;� f. Use of Cool Roof technology. � For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including two points of contact, phone number, and email address. E-mail file may not be larger than 3 Mega Byte (MB).� Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired. Responses to this sources sought synopsis should be forwarded to the attention of Alphonso Barnes, MICC-Fort Leavenworth, please email your response to usarmy.leavenworth.acc-micc.mbx.construction@mail.mil.� One copy of the submittal package is due no later than 1:00 PM (Central Time) on Monday, 24 February 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/04a6223a444c42539cb0d84a0866012c/view)
 
Place of Performance
Address: Fort Leavenworth, KS 66027, USA
Zip Code: 66027
Country: USA
 
Record
SN05552135-F 20200206/200204230141 (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 |
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.