Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
MODIFICATION

Z -- Replace Headquarters Roof, Redwood National Park

Notice Date
7/31/2024 3:19:38 PM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8424R0008
 
Response Due
8/28/2024 3:00:00 PM
 
Archive Date
09/30/2024
 
Point of Contact
Fuller, Phaedra, Phone: 3605653009, Fax: (360) 565-3015
 
E-Mail Address
Phaedra_Fuller@nps.gov
(Phaedra_Fuller@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a solicitation as a Request for Proposals (RFP) for the National Park Service (NPS) at Redwood National Park (REDW) for a contractor to replace an existing adhered modified bitumen system roof on the upper and lower roof (including fascia and flashing throughout) at the Headquarters Building in Crescent City, Del Norte County, CA. The Contractor shall provide all supervision, labor, equipment, materials and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation. The new roof will consist of a TPO membrane system. Water-damaged wood sheathing will be replaced as encountered. The old roof hatches will be removed and replaced. Gutters, drip edge, roof drains and downspouts will be replaced. The thermal envelope of the building will be improved by the addition of rigid polyiso insulation above the roof deck and closed-cell polyurethane spray foam within the attic space. The existing roof top solar array will be disconnected and removed for the new roof construction, then reinstalled. All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. AWARD DATE AND PROJECT SCHEDULE. Offerors are hereby notified that it may become necessary for the Government to issue a seasonal shutdown notice after award if weather window prevents sufficient time for contractor to mobilize and re-roof prior to rainy season starting. Award will be made in September 2024. Contract period of performance will be 9 months, from award in September 2024 through June 2025. This allows a seasonal shutdown period should work not be able to start until Spring/early Summer 2025. SMALL BUSINESS SET-ASIDE. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. The North American Industry Classification System (NAICS) Code for this requirement is 238160, Roofing Contractors, with a corresponding size standard of $19 million in annual gross receipts for the past three years. Per FAR 36.204 the project range is estimated to be between $250,000 and $500,000. BEST VALUE PROCUREMENT. The Government intends to award a single, firm-fixed-price contract. Evaluation for award will be made in accordance with the negotiated acquisition procedures outlined in FAR Part 15. Award selection will be made on a Best Value determination made after consideration of price and factors other than price) as listed in Section M of the solicitation. Refer to Section M, Evaluation Factors, in Attachment no. 2. WHERE TO CHECK FOR AMENDMENTS TO SOLICITATION. Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the solicitation documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however, offerors who have not established and/or maintained an active registration at www.SAM.gov by the offer due date and time will be considered either ineligible or non-responsive and will be not considered for award. QUESTIONS? All questions shall be submitted in writing, emailed to: Phaedra_Fuller@nps.gov and cc: Brian_Crowell@nps.gov and Patrick_Pollard@nps.gov. Email shall contain Solicitation number 140P8424R0008 in the subject line of the email. If questions pertain to technical specification, include the specific citation within the specs for the question asked. If question is about the Plans/Drawings, include the drawing number for the question asked. Any Questions and Answers (Q and A) from the site visit will be posted as an amendment in SAM.gov, so keep watch for that. Any additional questions will be compiled and provided to all offerors as additional amendment(s) in SAM.gov. Final questions are due no later than three (3) days prior to solicitation closing date. The Government reserves the right to cancel this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc8477b76cbc470aaf389c7bc49466e4/view)
 
Place of Performance
Address: Headquarters Building 1111 Second Street, Crescent City, CA
 
Record
SN07150089-F 20240802/240731230118 (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.