|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1997 PSA#1783GSA, Public Buildings Service (7PMC-C),Construction Svcs. Branch,819
Taylor St., St. 12A28,Fort Worth,TX 76102-6105 Y -- ROOF REPLACEMENT, FT. WORTH, TX SOL GS-07P-97-HUC-0046 DUE 041597
POC Contact,Carolyn Smith,817/978-7483,Contracting Officer,Carolyn R.
Smith,817 /978-7483 (Y) SIC Code -- 1761 Roof Replacement, Federal
Center, Warehouses 9, 10 & 11, 501 W. Felix St., Ft. Worth, TX --
Solicitation No. GS-07P-97-HUC-0046, Project No. ITX97005. Work shall
include, but not limited to the following: Remove exi sting roof
systems, insulation, nailers, associated sheet metal, accessories, et
c., in their entirety asnecessary to install the new roof system,
insulation, sh eet metal, and accessories; remove asbestos containing
materials; repair damaged or deteriorated metal roof decking; perform
designated demolition and renovatio n work and modify penetrations,
supports, curbs, vent units, ducts; remove obsol ete penetra- tions and
install new metal plate or metal roof decking and necessa ry structural
components to fill in deck openings; remove and re-install mechani cal
and ventilation equipment where required to install roof system and
flashing s; remove and replace deteriorated existing nailers; modify/
install perimeter n ailers to as indicated or as to match new roof
insulation and maintain positive drainage; remove existing and provide
new counter flashing at rise walls and pro jections; remove and
replace existing perimeter gravel stop/fascia/metal edge, g utter and
downspouts, and coping system; furnish all fasteners, closures and cle
ats to provide complete watertight installation; renovate all existing
roof drai ns; water test and clear all drain piping to feee flowing
condition; install ins ulation systems, crickets, saddles, 3-ply with
modified with a flood- coat and a ggregate surfacing and accessories as
specified and/or indicated to result in a complete watertight roof
system on all areas.; remove and replace existing and i nstall new roof
access ladders; install metal wall panel system on firewalls; pa int
all designated new and existing items. Estimated cost range is between
$1,00 0,000 and $5,000,000. The project is being procured using
informal source selec tion procedures which will result in a firm
fixed-price award to the offeror whi ch provides the "greatest value"
to the government, with technical abililty bein g more important than
price. The term "similar projects" shall be defined for ev aluation
purposes as the installation of multi-ply built-up roof system, repairi
ng the roof deck, and the installation of insulation and tapered
insulation, mul ti-ply built-up roof system with hot asphalt bitumen,
sheet metal fabrications, and roof accessories. The evaluation are, in
descending order of importance: (1) Experience, Qualificaitons, and
Capabilities of Key Personnel (Full Time On-Sit e Superintendent and
Project Manager). This factor considers the quality of the offeror's
past performance in carrying out work of a similar nature with referen
ce to such considerations as timeliness, and technical success. This
factor wil l consider experience in the successful completion of the
installation of multi- ply, hot asphalt roof systems of at least
250,000 square feet in size in the pas t 3 years. Technical evaluation
will be based on responses to the questionnaire which will be a part
of the request for proposal. Award of this contract is cont ingent upon
successful negotiations of a resonable price. Howeverk award may be
made without discussions. Copies of plans/specs may be obtained by
submitting requests, accompanied with the non-refundable paymenht of
$55.00 per set to: GSA Reproduction Services, Plant No. 57, Attn:
Harold Allen, 501 W. Felix, Warehous e 4, P.O. Box 6473, Ft. Worth, TX
:6115. Paymnent may be made by cashier's check or money order payable
to: GSA Reproduction Services Plant #57 and must be anno tated with
Project No. ITX97005. Personal and/or company checks will not be acce
pted. Requests for shipment of plans/specs via FEDEX or UPS must
include billing account number, physical delivery address, and
telephone number. The point of c ontact for distribution of the
solicitation as well as request for PLANHOLDERS L IST is: Harold Allen
at (817) 334-5695. The solicitation will be issued on or ab out March
13, 1997, with receipt of proposals dueon or about April 15, 1997. A
Pre-Proposal Conference will be scheduled for on or about March 25,
1997. All r esponsible sources will be considered. (0042) Loren Data Corp. http://www.ld.com (SYN# 0140 19970214\Y-0003.SOL)
Y - Construction of Structures and Facilities Index Page
|
|