SOURCES SOUGHT
Z -- Emergency Repair Roofs - FCI Gilmer, West Virginia
- Notice Date
- 5/12/2020 9:06:37 AM
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15B11920B00000001
- Response Due
- 5/21/2020 11:00:00 AM
- Archive Date
- 12/30/2020
- Point of Contact
- Jim D Seratt, Phone: 9723524517, Fax: 9723524545
- E-Mail Address
-
jseratt@bop.gov
(jseratt@bop.gov)
- Description
- THIS IS A SOURCES SOUGHT NOTICE.� THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS.� A PRE-SOLICITATION SYNOPSIS OF THE PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY. PLEASE READ ALL INFORMATION CONTAINED HEREIN BEFORE RESPONDING.� DO NOT RESPOND TO THIS NOTICE IF YOUR COMPANY IS NOT SERIOUSLY INTERESTED IN SUBMITTING A BID OR IF YOUR COMPANY IS NOT QUALIFIED TO PERFORM THE REQUIRED WORK.� DOING SO MAY UNNECESSARILY DELAY THE POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled �Emergency Repair Roofs � FCI Gilmer, West Virginia.� FCI Gilmer is a federal correctional facility located at 201 FCI Lane, Glenville, West Virginia 26351.� The project consists of furnishing all equipment, materials and labor for the complete construction of the work.� For bidding purposes, the project will be divided into three parts: base bid, option 1, and option 2. 1) Base Bid: Bravo Building -On one area of the roof, remove wet insulation (approximately 144 SF).� -On another area of the roof, total removal of all existing roof flashing membranes, wet and damaged roofing insulation and removing the existing EPDM roof membrane.� Provide and install new fill insulation, mechanically attached HD cover board and fully adhered 0.060 FP EPDM membrane.� Existing coping metal assembly to remain.� Each roof section is approximately 9,519 SF each. 2) Option 1: Charlie Building -On one area of the roof, remove approximately 380 SF of loose EPDM membrane installing a new high density ridged .5-inch insulation cover board (approximately 898 SF).� At perimeter edges of the repair, where a tie-in is required with the existing roof membrane, install fiberboard tapered edge to complete the transition for �-inch to 0.0-inch at the surrounding membrane.� Terminate the tie-in per manufacturer requirements.� -On another area of the roof, total removal of all existing roof flashing membranes, wet and damaged roofing insulation and removing the existing EPDM roof membrane.� Provide and install new fill insulation, mechanically attached HD cover board and fully adhered 0.060 FP EPDM membrane.� Existing coping metal assembly to remain.� Each roof section is approximately 9,519 SF each. 3) Option 2: Alpha and Visitation Building -On one area of the roof, remove one area of wet insulation (approximately 64 SF) and provide new matching polyisocyanurate insulation and 0.060 fire rated EPDM. -On another area of the roof, remove one area of wet insulation (approximately 64 SF) and provide new matching polyisocyanurate insulation and 0.060 fire rated EPDM. -On another area of the roof, 1,344 square foot roof area of the Visitation building is damaged.� Test cuts determined structural slope of the steel deck facilities drainage to interior primary roof drains and overflow scuppers.� Replace the damaged 2.7-inch polyisocyanurate insulation and install new and fully adhered 0.060 FR EPDM membrane.� The Government reserves the right to award any number or none of the options as detailed above. The forthcoming solicitation will including specifications and drawings that will provide further details.� Interested bidders must be registered in the System for Award Management (SAM) at www.sam.gov. Access to the specifications and drawings attachments will require an active vendor registration at https://beta.sam.gov as well as your Marketing Partner Identification Number (MPIN) associated with your SAM registration.� If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of this project lies between $500,000 and $1,000,000.� (NOTE: This range is one of eight available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range.� It merely conveys that the estimate/budget lies somewhere within that range.) The North American Industrial Classification System (NAICS) code applicable to this requirement is 238160 (Roofing Contractors) with a corresponding small business size standard of $16,500,000.� The FBOP is seeking small business contractors for this project.� Your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. � Interested small business contractors are requested to respond to this notice by adding their names to the Interested Vendors List for this posting.� You must be logged in to your vendor account in order to access the Interested Vendors List. Interested bidders are advised to continuously monitor www.fbo.gov for all future updates.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c913877a1c604eb09cb59fc78e9973b4/view)
- Place of Performance
- Address: Glenville, WV 26351, USA
- Zip Code: 26351
- Country: USA
- Zip Code: 26351
- Record
- SN05655237-F 20200514/200512230156 (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 |