Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOURCES SOUGHT

Z -- Seattle USCH Roof Replacement

Notice Date
3/31/2020 2:12:40 PM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0034
 
Response Due
4/14/2020 5:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Jong Kim, Phone: 206-231-9171, Kimberly M Johnson, Phone: 253-709-7780
 
E-Mail Address
jong.kim@gsa.gov, kimberlym.johnson@gsa.gov
(jong.kim@gsa.gov, kimberlym.johnson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Seattle USCH Main Entrance Roof Replacement � Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. This notice does not preclude a large business from submitting their capabilities statement and interest to the project. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 238160 � Roofing Contractors. The small business size standard for NAICS code 238160 is $16.5M in average annual receipts over the past three (3) years. General Information Seattle U.S. Courthouse is located at:��700 Stewart Street Seattle, WA 98101. Scope Summary For several years the Seattle US Courthouse (USCH) has been plagued with various leaks and short term fixes. In 2014 and 15 minor stop gap repairs were made, weep hole extensions were installed as one of the more economical solutions to correct deficiencies identified in the 2014 report. In 2018 the skylights were re-caulked again, but the leaks have persisted and traveled by location. These leaks seem to appear only with high winds, and not with a deluge of straight down rain. As the water intrusion seemed to becoming progressively worse, a roofing contractor was hired to conduct further investigations. The roofing contractor believed that the membrane was leaking and not the curbs, and recommended destructive testing. On February 27 and March 1, 2019 representatives from ECH (Architecture), Wetherholt (Building Envelope Consultant), and Pacific Rainier Roofing (Sheet Metal/Roofing Contractor) conducted preliminary site visits for initial reviews and observations to confirm the curbs were not the only problem. The Scope of Work plans for the full replacement of the existing roof installed in 2004, with a new ""Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing."", per the plans dated February 28, 2020 and specifications dated 28 February 2020 by ECH Architecture. The intent is as follows: Replacement and repairs of existing roof system at USCH Seattle main entrance roof. This work will include replacement of current existing roofing with a ""Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing."", replacement of existing skylights, installation of new structural members as required to raise skylights to include the associated flashing, installation of pavers and the replacement and repairs to interior finishes in the skylight wells below. Mechanical, electrical, and security equipment will be shut down and/or temporarily removed by the contractor for the sole purpose of installing the new roofing system. All equipment will be reinstalled per current conditions. Reference the contract documents 100% contract drawing and specifications dated February 28th, 2020. And all drawing notes for additional information and restrictions. Reference 01 23 00 � Alternates part 3 (A), (B), and (C) for the Base Bid design and alternate�s #1 and #2. Reference section 07 52 16, 2.3.A.1/2.4.A.1 for the ""Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing."" And Drawing A503 detail 8-10. Reference the contract documents stated in 1.3 for additional work restrictions and contractor plans required. Reference the contract documents stated in 1.3 for all the items to be protected, re-used, and or stored offsite. Reference the contract documents stated in 1.3. Art work, furniture, and all ancillary finishes that cannot be sufficiently protected per your plan may need to be removed and stored off site. The contractor shall coordinate with GSA to properly document, record, and communicate their planned submittal for review. Reference the contract documents stated in 1.3. The contractor shall provide GSA with crane pick plans, crane certifications and crane operator certificates prior to any lifting on site. The Contractor shall provide all City of Seattle street closure and parking permits as needed to execute their work, to include fees and documentation. The contractor shall provide complete waste removal: A chute(s) with dust control measures shall be approved by the GSA PM. Any dumpster(s) aloud to remain onsite per/pending your approved plan shall be closed with a hard lid, lockable and secured when not in active use. Any toilet facilities aloud to remain onsite per/pending your approved plan shall be lockable and secured when not in active use. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build�contract for the Seattle U.S. Courthouse Roof Replacement, located in Seattle, WA pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). The DB team will be selected through a best value selection process.� During the development period from initial concept to final design the DB team will work in close consultation with GSA and stakeholders to ensure that all of the goals are addressed and that best value practices are utilized. GSA will provide technical documents to the interested vendors accompanying the solicitation documents. Design package shall include Scope of Work, Specifications, Roof Plans and any additional technical documents. Unique Situations/Risks � The facility location, coupled with the need for continuous operation during construction, present unique challenges for the design/build teams on the project. Facility will remain fully occupied and operational during the entire project. Life safety of the tenants will be protected at all times. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction The replacement of the roof at Seattle U.S. Courthouse in Seattle, WA must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public. This presents several challenges that will have to be addressed by the designer and/or design/build team. All work in public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages.�The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include:� 1. Company Identification a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout (www.beta.sam.gov). e) Size/number of employees. 2. �A statement describing the company's interest in performing the work. 3. �Organization chart to include both the design & construction team. 4. �Capabilities and experience with federal projects in design build construction of a complete roof replacement in the $500K - $1M range.� Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past five (5) years. 5. �Previous occupied facilities construction experience is essential. 6. �Statement of capability to bond for a project in the $500K - $1M range. 7. �Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Please review the attached Scope Questionnaire.� This information provides industry knowledge to the Project Team.� Any recommendations, comments should be included with your submission. Responses should be emailed not later than the date specified in this source sought notice as follows:�jong.kim@gsa.gov and kimberlym.johnson@gsa.gov. Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email not later than 5:00 p.m. PDT,�April 14, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b81a9d1a1cbe4649bb082bb26473bc80/view)
 
Place of Performance
Address: Seattle, WA 98101, USA
Zip Code: 98101
Country: USA
 
Record
SN05606366-F 20200402/200331230154 (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.