Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2023 SAM #7940
SOLICITATION NOTICE

Z -- Roof Replacements at Midewin, National Tallgrass Prairie

Notice Date
8/22/2023 11:39:19 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USDA FOREST SERVICE-SPOC EAST Washington DC 202500001 USA
 
ZIP Code
202500001
 
Solicitation Number
12441923Q0168
 
Response Due
9/6/2023 1:00:00 PM
 
Archive Date
09/21/2023
 
Point of Contact
Nicholas A. Bartolomei, Phone: 207 770 5808
 
E-Mail Address
nicholas.bartolomei@usda.gov
(nicholas.bartolomei@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ACTION:� Pre-Solicitation Notice PRE-SOLICITATION NUMBER:� 1099567 CLASSIFICATION CODE:�� Z2JZ � Repair Or Alteration Of Miscellaneous Buildings CONTRACTING OFFICER:� Evonne Huggins Supervisor�s Office � Midewin National Tallgrass Prairie, Wilmington, IL 60481 POINT OF CONTACT: Nicholas Bartolomei, Contract Specialist, nicholas.bartolomei@usda.gov PLACE OF PERFORMANCE:� Midewin National Tallgrass Prairie PLACE OF PERFORMANCE POSTAL CODE:� 60481 PLACE OF PERFORMANCE COUNTRY:� USA Title of Project:� Roof Replacements at Midewin, National Tallgrass Prairie GENERAL: The United States Department of Agriculture (USDA), Forest Service, Procurement & Property Services (PPS), Special Projects Operations Center, (SPOC), East Branch, is inquiring from all interested small businesses having the capability to perform the work described below.� The solicitation will be issued electronically on the Federal Contract Opportunities website, the System for Award Management, at www.sam.gov� Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. ��Please Note:� Paper copies of the solicitation will not be made available.� Vendors can search for opportunities on www.sam.gov Interested vendors are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the USDA Forest Service are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov.� �You are also required to have a UEI number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date:� Estimated on/about September 6, 2023. � The NAICS Code for this requirement is 238160 with a size standard of $19.0 million. Title of Project:� Roof Replacements at Midewin, National Tallgrass Prairie Description:� Provide all labor, material, equipment, and supplies required to remove and dispose asphalt shingles from (2) existing office buildings and install new Architectural Shingle roofs under this contract. The existing asphalt shingle roofs were installed in 2003/2004 and are showing signs of wear and deterioration.� New roofs are needed to ensure that the buildings remain watertight for another twenty-plus years. Background/Location The project is located on the The project is located on Midewin National Tallgrass Prairie, Wilmington, IL . 30239 S. State Route 53 Wilmington, IL 60481 Objective The objective of this contract is to replace the (2) existing asphalt roofs with new roofs with the same performance and visual characteristics as the original design.� The required tasks include but are not limited to: 1. Remove and dispose existing roofs ���������� a. Prep structure for replacement of roof , protect all landscaping , windows and doors.� � � � � � �b. Complete tear off of existing shingles, down to the roof deck including removal of existing ridge vent.� ���������� c. Clean out & secure gutters / install hangers where needed. ���������� d. Clean up and remove all debris / secure all building and disposal permits. 2. Install new roofs ���������� a. Resecure all loose decking and� install all new outer aluminum drip edge . ���������� b. Install new Class A Architectural Shingles, 300-385 #/SQ c. Install with 30# underlayment and Ice & Water Shield along all eves, valleys, and protrusions.� ���������� d. Install new ridge vents and ridge caps.� ���������� e. All soil stacks will receive new lead flashings The Contractor will be required to complete the tasks of this contract while working in an occupied office space.� Normal working hours for Midewin employees are 8:00 am to 4:30 pm Monday through Saturday.� Disruption of office activities must be kept at the bare minimum needed to accomplish the tasks.� Coordination between the contractor and the COR will be required before interrupting the functions of any office staff employees. Methodology See the provided draft of the Statement of Work. Type of Procurement:� It is anticipated that a negotiated firm-fixed price contract. Estimated Period of Performance:� 75 Calendar days from receipt of the Notice to Proceed (NTP) Proposal receipt date is not known at this time.� The actual date will be established in the solicitation documents. A pre-proposal meeting may be posted and date/location will be noted in the solicitation. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE.� Responsible small business sources may submit an offer that will be considered.� The small business size standard for NAICS 238160 is $19.0 million. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns.� Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance.� All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e281b01d3f7434e827e545eb4a4c94a/view)
 
Place of Performance
Address: Wilmington, IL 60481, USA
Zip Code: 60481
Country: USA
 
Record
SN06801491-F 20230824/230822230056 (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.