Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
SOLICITATION NOTICE

38 -- Roof Repair

Notice Date
9/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
FN1130-02
 
Point of Contact
Tatea Cavanaugh, Contracting Officer, Phone 202-305-7302, Fax 202-305-7337/7350,
 
E-Mail Address
tcavanau@central.unicor.gov
 
Description
UNICOR intends to enter into a firm fixed price construction type contract for roof repair. The solicitation number is FN1130-02 and this solicitation is issued as an Request For Proposal (RFP). The work is to be completed 60-90 days after receipt of notice to proceed. Offeror shall provide to the contracting officer with their proposal, the anticipated completion time. The contractor must furnish material, labor, equipment, license, and insurance necessary to effect repairs (each contractor that wishes to submit a bid must first complete an on-site inspection of factory roof area): Repair Requirements: Remove existing membrane, ballast material, and insulation down to coal tar pitch and dispose of materials in accordance with EPA regulations. Loose lay and stagger 2 layers f 1.5" ISO (isocynurate) Insulation board (R-20 minimum) on all roof surface, and installed as to provide a smooth, even surface with no holes, gaps, or abrupt changes in plane. Joints shall be a maximum of 1/4" wide. This is to be sloped toward drains. Furnish and install ballasted PR .060 EPDM roof system (minimum 10 year warranty required). Membrane must be fully adhered up and over parapet walls. A positive slope must be provided for adequate drainage. There should be no ponding water on roofing system 24 hours after it has stopped raining (Slope all roofing toward drains according to code). 040 Kynar finished aluminum to be used as drip edge for (saw-tooth) sloped roof area. Parapet walls must be capped with .040 Kynar finished aluminum. Color to be specified by contact on Kynar finished aluminum. Roof must be sealed off water tight after each day's work is complete. Properly dispose of excess materials. Follow all OSHA Safety requirements. Provide samples of major components: membrane, insulation, and flashing of the roofing system. PR .060 EPDM roof system requirements: Flat areas must be loose laid ballasted membrane of 1.5 mm (.060 mil) nominal thickness. Fully adhered system of 1.5 mm (.060 mil) nominal thickness must be used on (saw-tooth) sloped roof area. Roofing system must be installed according to manufacturer's specifications (there shall be no deviation from these specifications without prior written approval from the COTR 14 days prior to the start of the roofing project). All materials must be stored in a dry protected area. Damaged materials must not be used. Installed materials found to be damaged shall be replaced at contractor's expense. Offeror shall to the government (UNICOR FPI) provide copies of the 10 year labor & material full system warranty. Supply copies of specifications of product. Substrate requirements: Contractor cannot proceed until any and all defects in substrate are identified and corrected. Membrane attachment: A minimum of 48.9 kgim2 (10 lbs. Per square foot) of ballast must be provided. Additional ballasting may be required to provide sufficient wind uplift protection. All ballast must be washed round river gravel no less than 1.9 cm (3/4") in diameter and no greater than 3.8 cm (1-1/2")in diameter. Ballast must contain no more than five percent fines by volume and no more than seven percent fractured material. ASTM C-136 method for gravel sizing should be used. The contractor will be responsible for monitoring all ballast deliveries for conformance. Flashing must use pre-molded pipe boots. Roof drains require one complete waterstop tube per drain. Seams must not be run through roof drains or sump. Walkways: Walkway pads must be provided and installed by contractor. The walkways will begin at roof hatch and end at both Dust Collector stairs (one Dust Collector on east side and one Dust Collector on west side). Must not be placed over seams or splices. Quality Assurance: Upon completion of the installation, an inspection must be conducted by a Technical Representative of the roofing system manufacturer to ascertain that the roofing system has been installed according to manufacturers most current published specifications and details. It is the roofing applicator's responsibility to adhere to all applicable building codes (local and national) for roofing system installation requirements and limitations in their local areas applicable at the time of the offer. Labor Requirements: All contractor labor must be paid at prevailing wages by wage determination to be included in solicitation document. Contractor must allow for one hour check-in and one hour check-out. The one hour check in and check out procedure shall not be construed as government delay. This is a full and open competitive Request for Proposal for construction. The magnitude of this project is between $100,000.00 and $250,000.00. Offerors are advised that the Government intends to evaluate offers and award on an all or none basis. Offers shall submit signed and dated offers to UNICOR, Office Furniture Group, 320 First Street NW, 400 Building, 7th Floor, Washington, DC 20534, ATTN: Bid Custodian. Facsimile proposals are accepted at 202-305-7337 or 7350. Offerors submitting facsimile proposals shall submit original within two days of offer closing date. Offers received after the exact time and date specified will not be considered. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price, past performance, and conformance to specification. This is a best value procurement. Additional information and specifications will be provided in solicitation document. All responsible offerors may submit an offer which will be considered. Solicitation will be available on our webpage and fedbizops on or about 9-13-02. For information regarding this solicitation contact the Contracting Officer Tee Cavanaugh at 202-305-7302 or email at Tcavanaugh@central.unicor.gov. No copies of the solicitation will be mailed. Offerors may receive a copy of the solicitation by logging onto UNICOR=S webpage at www.UNICOR.gov/procurement. Or fedbizops.gov
 
Place of Performance
Address: UNICOR, FCI Ashland, State Route 16, Ashland, KY
Zip Code: 41105
 
Record
SN00162194-W 20020912/020910213306 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.