Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2020 SAM #6680
SOURCES SOUGHT

S -- Fort Bragg Roofing Inspection Sources Sought

Notice Date
3/12/2020 11:38:18 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-20-R-ROOF
 
Response Due
4/13/2020 11:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Quentin Williams, Phone: 9109073510, Anna Walker, Phone: 9109084602
 
E-Mail Address
quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil
(quentin.williams.civ@mail.mil, anna.m.walker.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY and a request for Industry comment for informational and planning purposes and shall not be construed as a solicitation or as an obligation on the part of the Mission and Installation Contacting Command, Fort Bragg (MICC-FB).� This Sources Sought is intended strictly for market research and the purpose of this Sources Sought & Request for Industry Comment to determine the interest and capability of potentially qualified small business firms, relative to the North American Industry Classification Code (NAICS) 541350, �Building Inspection Services,� with small business size standard is $8 million. Responses to this Sources Sought are not Offers and cannot be accepted by the Government to form a binding contract. A formal Solicitation does not exist at this time. MICC-FB received a request to support the Directorate of Public Works (DPW), located on Fort Bragg, North Carolina with Roofing Inspections. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform inspections on existing roofing systems on various buildings throughout the installation. This work will include the inspection of existing roofs and provide a Roof Inspection Survey and Written Report as to the condition of the roof. The conceptual acquisition strategy is to establish a single Indefinite Delivery � Indefinite Quantity contract with a ten (10) month base period, and include one (1) 12-month option. Please see the DRAFT PWS attached to this notice for a complete description of this requirement. The U.S. Government desires to procure the Roofing Inspection on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.��� THIS IS NOT A REQUEST FOR TECHNICAL OR COST/PRICE PROPOSALS. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the government to a contract for any supply or service. Further, the government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The government will not reimburse industry for any information or administrative costs incurred in response to this notice. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The government request industry to provide suggestions for this needed requirement, such as: Identify any programs/software to consider, certifications needed, equipment/tools needed, etc.�� The project is to inspect the existing roofing systems on various buildings throughout the installation. This work will include the inspection of existing roofs and provide a Roof Inspection Survey and Written Report. The following roof types and estimated square footage shall be considered for your firm�s capability: Roof Types/Square Footage Asphalt Roof Shingles/1,135,646 Built-Up Roofing System/4,560 Extremely Durable Synthetic Rubber Roofing (EPDM - ethylene propylene diene terpolymer)/525,190 Preformed Metal Roof/2,506,032 Slate Roofing/11,395 Standing Seam Metal Roof/1,144,239 TPO � Thermoplastic Polyolefin/293,880 Mixed Material Roofs/200,000 Total Square Footage Estimation for Consideration/5,820,942 � The full details of the Performance Work Statement (PWS) are still being drafted; however, the below information depicts some of the tasks that will be required. A. Roof Inspection Surveys All roof drains and through wall scuppers should be checked to see that they are open and free of debris. The complete roof shall be checked for accumulated debris such as leaves, tree branches and foreign objects thrown or left on the roof. A walkover of the roof shall be made to examine for cracks, punctures, penetrations, coating blisters, foam blisters, or delamination of either foam or coating. The roof surface should also be carefully examined for any unusual signs of wear, erosion or flaking of the coated surface. Flashing around drains, equipment, roof vents, stacks, hatches, along roof edges and parapet walls should be examined for cracks or loss of adhesion of foam, coating or plies. Expansion joints, if existing, should be inspected along curbing details to insure that no structural movement has taken place outside the expansion joint area resulting in cracks in the roofing system. Peripheral items that are not a direct part of the roofing system that shall be checked during an inspection are integrity of metal copping flashing in parapet walls, the masonry parapet walls themselves to see if they are free from structural cracks that might permit water entry into the building or behind the applied roof system, and seals or caulk joints on sky-light units. Surface contaminants like oil spills shall be monitored for adverse effects on membranes and coatings. Subsurface contamination: If from inspection, it is established that a roof has been leaking for some time, the insulation and substrate should be checked for moisture contamination. This can be done by using either a two-inch diameter core sampler, or a non-destructive moisture tester, either nuclear, infrared, or capacitance type, which indicates the moisture content of the substrate. The core sampler removes a cylindrical core of the roof membrane and insulation. The sample is weighed wet, then dried in an oven and weighed again. The quantity of moisture per cubic foot of insulation can thus be calculated. B. Written Report requirements, but is not limited to the following: Roofing system performance history description. Description of existing roofing system condition and visual observations of all exposed roofing components. Roofing cores sampling and location within the roof, and testing to determine system components, and roofing system type. Inspection for subsurface moisture contamination with Infrared Equipment, provide thermograms and exact location within the As-Built roof plan drawing. Sampling with exact location in the roof plan, Laboratory Testing, and Test Report for roofing Asbestos Containing Material (ACM) only if requested by the Contracting Officer in the delivery order due to previously Contractor�s Report recommendations. Photographs of roofing system conditions and area location where they were taken, including interior structural components, and ceilings providing the capability of having a database or software to compile to the government. Submission shall be limited to no more than five (5) pages and sent electronically to Contract Specialist, Mr. Quentin Williams at Quentin.williams.civ@mail.mil and Contracting Officer, Mrs. Anna Walker at anna.m.walker.civ@mail.mil. Standard brochures will not be considered a sufficient response to this Sources Sought request. Information provided will not be used as a part of any subsequent Solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary by nature. All contracting topic questions are listed below and shall be answered in the Capability Statements: Provide your company's name; Point of Contact information (address, telephone, facsimile, email); DUNS number; CAGE code; and Provide your firm's Socioeconomic Classification (Small Business status (i.e., Small Business, Small Disadvantaged Business, HUBZone, Small Disadvantaged Veteran Owned Business, Woman- Owned, Woman-Owned Economically Disadvantaged, 8(a) [entrance / exit date], etc.). Address your firm's experience, within the past three (3) years, what the likelihood of your firm being able to perform is, include any possible challenges you would be faced with, and how you plan to overcome those challenges. Capabilities/Qualifications: A short written response providing clear and unambiguous statement providing your company's capacity to fulfill this requirement as briefly described herein. Identify as to whether or not your firm is a Registered Roof Consultant. The Government does not anticipate providing individual responses to contractor inquiries; however, the Government will review and consider all comments for possible use in the development of any upcoming Solicitation for the subject services requirement. Any questions regarding this Sources Sought shall be in writing and sent electronically Mr. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Mrs. Anna Walker at anna.m.walker.civ@mail.mil. Capability statements are due no later than 2:00 p.m. on Monday, April 13, 2020. An electronic copy should be emailed directly to Mr. Quentin Williams at quentin.williams.civ@mail.mil and Contracting Officer, Ms. Anna Walker at anna.m.walker.civ@mail.mil. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott D. Kukes at scott.d.kukes.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/046aec6eafed488793387cc10acdeec2/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN05587868-F 20200314/200312230149 (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.