SOLICITATION NOTICE
Z -- SOURCES SOUGHT FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY ROOFING REPAIR/REPLACEMENT CONTRACT AT VARIOUS GOVERNMENT SITES IN RHODE ISLAND, CONNECTICUT, MASSACHUSETTS AREA OF RESPONSIBILITY
- Notice Date
- 2/9/2023 10:49:59 AM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008523B2501
- Archive Date
- 03/01/2023
- Point of Contact
- Ashlee Beggs, Barbara Williamson-Garris
- E-Mail Address
-
Ashlee.r.beggs.civ@us.navy.mil, barbara.l.williamson-garris.civ@us.navy.mil
(Ashlee.r.beggs.civ@us.navy.mil, barbara.l.williamson-garris.civ@us.navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract for IDIQ roofing maintenance, repairs and replacement of various commercial roofing systems at existing or new locations on and around various Government installations in Rhode Island, Connecticut, and Massachusetts Area of Responsibility. It is the general intent of this Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to secure services for maintenance, roofing repairs and replacement of various commercial roofing systems at existing or new locations on and around various Government installations in Rhode Island, Connecticut, and Massachusetts Area of Responsibility. Types of work to be included in this contract are as follows, but are not limited to: locating and isolating roof leakage points and water infiltration, removal, repair and replacement of PVC, TPO and EPDM single-ply roofing systems, two and three ply cold applied modified bitumen roofing, multi-ply asphalt built up roofs, slate roofs, asphalt shingles, standing seam metal roofing, liquid applied roofs, Transite roof panels and other asbestos containing roofing materials, and rolled roofing.� Work may include limited demolition and replacement of felt underlayment, vapor-barriers, insulation, plywood and wood board decking, concrete, concrete gypsum and steel roof deck and parapet repairs, roof accessories including flashing, roof drainage components, gravel stops, drip edges, access hatches/doors, gutters and downspouts, the application of liquid applied roof coatings, the repair of joints and re-caulking, lighting protection repairs and new installations including re-certifications.� Additional incidental work may include limited demolition and repair/ replacement of siding, or providing new siding, partial removal of masonry, stone or brick veneers, copings and fascias associated with roof replacements and repairs.� Also new structural roof construction is included. This contract will require the ability to manage multiple task orders concurrently across the Public Works Department (PWD) area of responsibility. The contract term will be a base period of one (1) year plus four (4) option years. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238160 Roofing Contractors, with a Small Business Size Standard of $19,000,000. This solicitation is being advertised as ""Unrestricted"" for full and open competition and will be Solicited utilizing Sealed Bidding procedures outlined in FAR Part 14.103-2. Award will be made to the 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. � In accordance with DFAR 236.204, the magnitude of construction for this project is (i) Between $10,000,000 and $25,000,000. A Sources Sought notice was issued on 27 October 2022 to determine the capability of small businesses to perform the requirement.� The Sources Sought notice yielded three (3) Small Business responses.� Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation.� NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 18 November 2022.� The Information for Bid IFB) will be issued on or about 27 February 2023.� All documents will be in Adobe PDF file format and downloadable from the Sam.gov website.� The official address to the solicitation is https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective Offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Ashlee Beggs at Ashlee.r.beggs.civ@us.navy.mil�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/02c976ebcf5d455b8257eb4bd7d235e1/view)
- Place of Performance
- Address: Newport, RI, USA
- Country: USA
- Country: USA
- Record
- SN06587211-F 20230211/230209230113 (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 |