SOLICITATION NOTICE
Z -- Roof Repairs at the Almeric L. Christian US Courthouse & Federal Office Building located at St. Croix, USVI
- Notice Date
- 2/14/2025 9:52:00 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 REPAIR AND ALTERATIONS BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0225R0017
- Response Due
- 3/3/2025 1:00:00 PM
- Archive Date
- 03/18/2025
- Point of Contact
- Olga Rodriguez, Phone: 6462858179
- E-Mail Address
-
olga.rodriguez@gsa.gov
(olga.rodriguez@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY. This is not a Request for Proposal. Construction Services for Roof Repairs at the Almeric L. Christian Federal Courthouse & Office Building located at Christiansted, St. Croix, U.S. Virgin Islands, 00820-4173 Reference is made to SAM Sources Sought No. SourcesSought_VI0008ZZ_Roof posted on November 13, 2024. All solicitation posts and updates for the Roof Repairs at the Almeric L. Christian Federal Courthouse & Office Building project will be posted to Solicitation No. 47PC0225R0017. The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (Region 2) intends to issue a Request for Proposal (RFP) for a qualified General Contractor to provide construction services for the Roof Repairs at the Almeric L. Christian Federal Courthouse & Office Building located at Christiansted, St. Croix. The Almeric L. Christian FOB and USCH was constructed in 1992 and houses the St. Croix Division of District Court of the U.S. Virgin Islands, along with the several Federal agencies. In the past years, some repairs have been made to the building envelope, including to the roof metal panels. The existing roof metal panels and other roof elements are corroded and are near to reach their life expectancy and there are several locations in the building that are experiencing water intrusion. For this reason, the government goal is to procure the services of a General Contractor to replace and repair the metal roof panels and membrane roofing systems as identified in the design drawings and specifications. The project for the Roof Repairs at Almeric L. Christian Federal Building & U.S. Courthouse, St. Croix, U.S.V.I, includes all the details outlined in the contract drawings and specifications for the project. The project includes the following: Removal of existing metal roofing and plywood substrate down to steel purlins as per structural calculations on the contract drawings. Replacement with fire-retardant plywood. Removal and replacement of existing roof insulation in the areas where the existing plywood is scheduled to be replaced. The base bid work will incorporate these areas indicating replacement of insulation and call for the contractor to provide a Unit Cost for additional insulation as well as the labor to install it. Removal and replacement of existing metal gutters, downspouts, etc. New, pre-finished metal gutters and downspouts will tie into the new standing seam metal roofing system. Removal of eastern roof ladder. A new ladder will be provided. The existing western ladder will be scraped and painted. Provide a new pre-finished, standing seam metal roof system. The metal roofing is interlocking with concealed fasteners and is manufactured to withstand hurricane winds. A water-resistant membrane will be installed under the metal roof system. New flashings, boots, etc. will be installed as required. Provide OSHA compliant standing seam metal roof horizontal lifeline system. Additionally, there are three bid options for this construction project. Bid Option No. 1: Involves the removal and replacement of TPO membrane roof systems on flat roof areas. Bid Option No. 2: Involves the removal and replacement of TPO membrane roof systems over the Parking Garage. Bid Option No. 3: Involves the removal and replacement of the existing metal roof system on the Water Treatment Building. The estimated cost of construction range for this project is $1-5 million. The period of performance for this contract for the base and options is two hundred and seventy calendar days (270) and sixty calendar days (60) for contract closeout. This requirement will be issued as a Total Small Business Set Aside. The procurement will be competed utilizing Full and Open Competition after exclusion of sources in accordance with FAR 6.203. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Administration standard of 45 million dollars in annual receipts averaged over the last three (3) completed fiscal years. The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1-Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR15.101). This process permits tradeoffs among cost or price and technical factors. It allows the Government to accept other than the lowest priced offeror or different than the highest technically rated offeror. For this procurement, the technical evaluation factor when combined will be approximately equal to cost or price. The best value method is essential to evaluate and compare costs and prices to select the most advantageous offer. The planned project delivery method will result in a Firm-Fixed-Price contract for construction services. GSA anticipates issuing the Request for Proposal (RFP) on or about March 3, 2025, with receipt of proposals at a minimum of thirty (30) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted at the https://sam.gov website. No telephone requests will be accepted, and no paper copies will be mailed to prospective offerors. There is expected to be a Pre-Proposal conference and site walk-through. Information and details will be posted on the https://sam.gov website Solicitation No. 47PC0225R0017 posting. Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at https://www.fsd.gov. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned https://sam.gov posting. Offerors will not be reimbursed for proposal submittal expenses. Several solicitation documents will be posted as ""Locked"" packages in the https://sam.gov posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the https://sam.gov website, under the ""Getting Started"" tab. Interested parties are strongly encouraged to register to this notice to receive notification of actions including posting of any amendments. However, offerors are advised to check the site frequently as they are responsible for obtaining amendments. DISCLAIMER: The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the https://sam.gov website for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Controlled Unclassified Information (C.U.I.): G.S.A. will provide the solicitation and supporting documents on www.sam.gov. Prospective Contractors must limit the dissemination of this information to authorized users only. Dissemination of information shall only be made upon determining that the recipient is authorized to receive it. The criterion for deciding authorization is need-to-know. Those who need to know are those who are specifically granted access for the conduct of business on behalf of or with G.S.A. This authority includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, subcontractors, suppliers, and others that the prospective contractor deems necessary to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e4ed39d15154c2a84646bc01833de82/view)
- Place of Performance
- Address: Christiansted, VI 00820, USA
- Zip Code: 00820
- Country: USA
- Zip Code: 00820
- Record
- SN07343746-F 20250216/250214230028 (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 |