Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOURCES SOUGHT

Z -- Roofing Repair, Replacement & Maintenance (R3M)

Notice Date
6/12/2024 8:42:10 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA890324DXXXX
 
Response Due
7/3/2024 3:00:00 PM
 
Archive Date
07/18/2024
 
Point of Contact
Neil E. Amrstrong, Phone: 2105564286, Tier Blanco, Phone: 256-527-8195
 
E-Mail Address
neil.armstrong.1@us.af.mil, tier.blanco@us.af.mil
(neil.armstrong.1@us.af.mil, tier.blanco@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Sources Sought seeks feedback directly from firms that perform roof maintenance, repair, and replacement (thermal and moisture protection) for roofing projects.� It is the government�s intent to award to every small business roofing contractor that can perform this type of roofing capability. Roof assemblies include all items of work included in the elemental classification of the American Society for Testing and Materials (ASTM) UNIFORMAT II B30. The thermal insulation, vapor retarder, membrane, drainage components, flashings, and details (roof edges, scuppers, parapets, curbs, drains, coping systems, shingles, and roofing tiles, etc.) are included in the scope of this effort. The features of work that are part of the structural roof assembly (framing (steel, wood, etc.), structural diaphragm, decking, purlins, parapets, roof joists, beams, associated hardware and fixtures, etc.) regardless of material are in scope of this project. While inspections are included in the scope of this effort, the specific assessment techniques, e.g. thermal imaging or Unmanned Aerial System (UAS)/drone usage, to include the decision/approvals to use these techniques, will be made at the base/task order level in accordance with (IAW) relevant Air Force guidance.??� The scope of work may also include energy-resilient roofing technologies as well as the installation, maintenance, and replacement of energy resilient roofing technologies, including rooftop-mounted solar photovoltaic (PV) systems as described in UFC 3-440-01. Solar PV systems include modules, inverters, racking, balance of system electrical components, energy storage systems, microgrid control systems, SCADA, and other energy-resilient roofing technologies deemed necessary or beneficial to accomplishing or enhancing energy resilience goals. In addition, the scope of this effort may include any upgrades to the structural roof assembly or building electrical system that are required to be compatible with solar PV, as well as training on solar PV operations and maintenance.?� We understand that while working on solar PV projects is expected to be minimal and would likely be subcontracted, it is still a possibility that you could be asked to bid on such projects.� This sources sought shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and provided at no cost to the Government. The information obtained from the responses to this sources sought will aid the Government in determining the appropriate acquisition strategy, to include whether this requirement will be set aside for Small Business and/or any applicable socio-economic small business category. Accordingly, responses from Small Businesses are highly encouraged. A synopsis will be executed and posted separately at a future date and is estimated to occur in the second half of FY24.� AFICC/772 Enterprise Sourcing Squadron intends to solicit (synopsize) and award an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Roofing repair, replacement or preventative maintenance, corrective repair and inspection/testing services, with an estimated ceiling/capacity not to exceed $1 billion, and orders expected to be issued by the Air Force and IMCOM. ?The number of anticipated firms to be awarded a contract will be dependent upon results of Market Research and finalization of Acquisition Strategy. While projects may be of any value, fees will range from approximately $20,000 to $5,000,000, with 73% (262 of 359) of Task Orders under $1,ooo,ooo. The Government must ensure it awards to firms capable of designing and managing projects of this complexity and value. ?� The NAICS code for this work is 238160 - Roofing Contractors with a size standard of $19 million.?� SMALL BUSINESS: ?The Government will evaluate responses to this sources sought and determine if a Small Business (SB) set-aside or any of the targeted socio-economic programs (HUB Zone, 8(a) Small Business, Service-Disabled Veteran Owned Small Business, or Women Owned Small Business), is appropriate for this MATOC. The current contract is a Total Small Business set aside and we anticipate the follow-on contract to be the same.�� Therefore, AFICC/772 ESS is seeking input from Small Business firms to assist in establishing the most logical acquisition strategy. FAR 52.219-14 Limitations of Subcontracting (Oct 2022): This is for NAICS Code 238160. In your cover letter, interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier Sub-contractor, including an independent Contractor that has the same Small Business program status as that which qualified the Prime Contractor for the award and that is considered Small for the NAICS code the Prime Contractor assigned to the subcontract the Sub-contractor will perform. If �similarly situated entity� subcontracting is contemplated, the Cover Letter shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, EIC number(s),and all applicable categories of Small Business status) to assure the Government that the limitations of FAR52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each Task Order period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of any resultant Task Order resulting from a contract award, it will not pay more than 75% of the amount paid by the Government for Task Order performance to Sub-contractors that are not similarly situated entities (minimum of 25% self-performance by the Prime Contractor). Any work that a similarly situated entity further subcontracts will count toward the 75% percent subcontract amount that cannot be exceeded.�� This is a follow-on to an existing Roof Repair, Replacement and Maintenance (R3M) contract that is anticipated to have a one 5-year base period with one 5-year option periods, for a combined total of 10 years.� The current R3M contract is a total Small Business (SB) set-aside with an 8(a) reserve for contracts less than $250K.� We anticipate the new contract to be similar, with the possible addition of other SB programs as deemed appropriate.� Please use the attached link to complete an online survey.� You are advised to select all the installations you have performed roofing construction (Question #10).� In addition, you are advised to select the installations you would prefer to perform roofing construction on (Question #11).� At this time, we are not asking for proof of certification as it pertains to specific roofing types; however, you may be asked to provide certification at a later stage in this acquisition process.�� In response to the sources sought please complete the R3M survey that can be found at:� https://forms.osi.apps.mil/Pages/ResponsePage.aspx?id=jbExg4ct70ijX6yIGOv5tPyxoeBk0Z9MiQN45Fa7U1BUNUhXN1JCWVRCQzVTVVdGNEdGUFFKOEFJWS4u� Please contact Mr. Neil E Armstrong, Contracting Officer, via neil.armstrong.1@us.af.mil or 210-556-4286 and Tier Blanco, Contracting Specialist, via tier.blanco@us.af.mil or 256-527-8195.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45ab10c82e3f41f18862aad7285e1eb0/view)
 
Place of Performance
Address: JBSA Lackland, TX, USA
Country: USA
 
Record
SN07095501-F 20240614/240612230120 (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.