Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2023 SAM #7975
SOURCES SOUGHT

Z -- Replace Roofing - Building 66 & 67

Notice Date
9/26/2023 12:21:12 PM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-R-2086
 
Response Due
10/6/2023 1:00:00 PM
 
Archive Date
03/01/2024
 
Point of Contact
Lindsay Park, Kathy Ward
 
E-Mail Address
lindsay.p.park.civ@army.mil, Kathleen.M.Ward20.civ@army.mil
(lindsay.p.park.civ@army.mil, Kathleen.M.Ward20.civ@army.mil)
 
Description
The Army Contracting Command � Rock Island is issuing this sources sought notice for a construction project to repair the roof on Building 66 & 67 on the Rock Island Arsenal, Rock Island, IL. Project Summary � In accordance with the Scope of Work (SOW) dated 15 May 2023 (attached) the scope of this project consists of the repair of the failed roof on Building B66 � 45,240 square feet (s.f.) that include a small portion of Building B67 to prevent rainwater from leaking into the buildings and causing damage to the structure and items inside the buildings. Repair includes removing the existing metal seam panel roof to the deck, ceiling battens, roof hatches, skylights, gutters and downspouts, repair any damage decking and re-roof with a new stamped metal shingled roofing system with a ceramic coated granule protective coating and complete with all related accessories designed to mimic the appearance of slate roofing. The scope includes to insulate the underside of Building B66 and portion of B67 roof with a spray-on foam insulation to provide an R-63 insulation value necessary to reduce energy usage and meet energy reduction goals including re-support the existing fire sprinklers pipes. The foam insulation shall be covered with a film to provide code required minimum fire separation. Included in the work will be the replacement of (3) existing selected roof hatches, in-fill removed skylights, provide new roof curbs, flashing, counter flashing, downspout and gutters as required by manufacturer and to match existing building appearance. Please see the SOW for more details. Contractors and sub-contractors shall be licensed in the State of Illinois according to the work they are performing. If applicable to a trade or profession, workers shall be licensed as required by local municipality or by the State of Illinois. When professional designers, such as Architects or Engineers, are required to perform and stamp work under this contract, then they shall hold a valid license for the duration of the project. Compliance with License and Certification Requirements: Contractor shall obtain all licenses and certifications required by Federal, State, and Local environmental laws and regulations necessary to adhere to the specifications of this contract. The Contractor shall submit all plans, notifications, reports, submittal documents, and fees required by Federal, State, and Local environmental laws and regulations to the appropriate Federal, State, and Local authority and/or agency as necessary to adhere to the specification of this contract. All required licenses and certifications required by Federal, State, and Local environmental laws and/or regulations shall be considered a contract deliverable upon award. The below Federal Acquisition Regulation (FAR) clauses pertain to this effort and are included in full text below for emphasis: 1. FAR 52.236-1 Performance of Work by the Contractor: The Contractor�shall�perform on the site, and with its own organization, work equivalent to at least�twenty-five (25) percent of the total amount of work to be performed under the contract. This percentage�may�be reduced by a�supplemental agreement�to this contract if, during performing the work, the Contractor requests a reduction, and the�Contracting Officer�determines that the reduction would be to the advantage of the Government. 2. FAR 52.219-14 Limitations on Subcontracting: (a)�This clause does not apply to the unrestricted portion of a partial set-aside. (b)�Definition.�Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that� (1)�Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2)�Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c)�Applicability.�This clause applies only to� (1)�Contracts that have been set aside for any of the small business concerns identified in�19.000(a)(3); (2)�Part or parts of a�multiple-award contract�that have been set aside for any of the small business concerns identified in�19.000(a)(3); (3)�Contracts that have been awarded on a sole-source basis in accordance with subparts�19.8,�19.13,�19.14, and�19.15; (4)�Orders expected to exceed the�simplified acquisition threshold�and that are� (I)�Set aside for small business concerns under�multiple-award contracts, as described in�8.405-5�and�16.505(b)(2)(i)(F); or (ii)�Issued directly to small business concerns under�multiple-award contracts�as described in�19.504(c)(1)(ii); (5)�Orders, regardless of dollar value, that are� (i)�Set aside in accordance with subparts�19.8,�19.13,�19.14, or�19.15�under�multiple-award contracts, as described in�8.405-5�and�16.505(b)(2)(i)(F); or (ii)�Issued directly to concerns that qualify for the programs described in subparts�19.8,�19.13,�19.14, or�19.15�under�multiple-award contracts, as described in�19.504(c)(1)(ii); and (6)�Contracts using the�HUBZone�price evaluation preference to award to a�HUBZone�small business concern unless the concern waived the evaluation preference. (d)�Independent contractors.�An independent contractor�shall�be considered a subcontractor. (e)�Limitations on subcontracting.�By submission of an�offer�and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� (1)�Services (except�construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and�supplies, the 50 percent limitation�shall�apply only to the service portion of the contract; (2)�Supplies�(other than�procurement�from a nonmanufacturer of such�supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both�supplies�and services, the 50 percent limitation�shall�apply only to the supply portion of the contract; (3)�General�construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or (4)�Construction�by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. (f)�The Contractor�shall�comply with the limitations on subcontracting as follows: (1)�For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause� [Contracting Officer�check as appropriate.]� ?�By the end of the base term of the contract and then by the end of each subsequent�option�period; or ?�By the end of the performance period for each order issued under the contract. (2)�For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g)�A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1)�In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g�shall�perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture�must�be more than administrative functions. ���� (2)�In an 8(a) joint venture, the 8(a) participant(s)�shall�perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture�must�be more than administrative functions. Instructions for sources sought submissions: The potential Offeror shall submit information to demonstrate how they will meet subcontracting limitations noted in FAR 52.219-14 Limitations on Subcontracting and/or FAR 52.236-1 Performance of Work by the Contractor percentage. All Offerors must be licensed as notated above by the time of contract award. Interested parties should reply with their information no later than 3:00PM CST on October 06, 2023 to Lindsay Park at lindsay.p.park.civ@army.mil. This is a SOURCES SOUGHT NOTICE and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government will not accept requests for meetings or briefings. No phone solicitations or email with regards to status of the Request for Proposal will be accepted prior to the solicitation release. The point of contact at the Army Contracting Command � Rock Island is Lindsay Park, lindsay.p.park.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e8c052ae61784bddb41bca86cceba1cd/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN06845867-F 20230928/230926230103 (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.