MODIFICATION
Z -- Installation Roof Requirement
- Notice Date
- 3/23/2020 4:53:55 PM
- Notice Type
- Solicitation
- 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
- 5/12/2020 12:00:00 PM
- Archive Date
- 05/27/2020
- 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)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This posted announcement is a Solicitation Synopsis of a proposed contract action in accordance with FAR Subpart 5.207. The Mission Installation Contracting Command - Fort Leavenworth intends to issue an Invitation for Bid (IFB) for a Requirements type contract (FAR Subpart 16.503) for the acquisition of roofing services supporting Sustainment, Restoration, and Maintenance (SRM) at Fort Leavenworth, Kansas. The project is to repair and/or replace the existing roofing systems on various OMA buildings throughout the Post. 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 paint contains 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: a.� Unified Facilities Criteria (UFC), namely for buildings and security requirements. UFC 3-110-03 ROOFING UFC 3-110-04 ROOFING MAINTENANCE AND REPAIR � b.�� International Building Codes (IBC, IPC, IMC) c.�� National Fire Protection Association (NFPA). d.�� American National Standards Institute (ANSI). All will be in accordance with individual task order requirements, specifications and drawings provided with each project and/or master specifications. The North American Industry Classification System (NAICS) code for this work is 238160 (Roofing Contractors). The small business size standard is $16.5 million average annual revenue for the previous three years. This requirement will be a Total Small Business set-aside procured utilizing Sealed Bidding Procedures specified in FAR Part 14. The government anticipates an award will be made to a responsible bidder whose bid, conforming to the invitation for bids; will be most advantageous to the Government, considering only price and the price related factors included in the invitation. This anticipated contract will consist of a Base Award Period of one (1) calendar year, and two (2) one year option periods. Total contract period, to include options, shall not exceed three (3) calendar years. Task Orders will range from $2,500.00 to $300,000.00. The total of individual task orders placed against this contract shall not exceed $7,000,000.00. There will NOT be an organized group Site Visit (Pre-Proposal Conference) due to the COVID-19. However, Site Visits will be scheduled on a Request Only basis beginning Monday, 6 � 10 April 2020 at Time & Location TBD on Fort Leavenworth, KS. Interested contractors are encouraged to contact Mr. Alphonso Barnes via e-mail at: usarmy.leavenworth.accmicc.mbx.construction@mail.mil,�48 hours prior to requested visit for coordination with the DPW Project Manager and Inspector. Due to limited space each firm has a limit of two personnel for attendance. Attachments to this Solicitation Synopsis includes the Invitation for Bid (IFB) and applicable attachments.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/12ea3721b78c4379b0150e4308ab1bd2/view)
- Place of Performance
- Address: Fort Leavenworth, KS 66027, USA
- Zip Code: 66027
- Country: USA
- Zip Code: 66027
- Record
- SN05596893-F 20200325/200323230143 (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 |