MODIFICATION
56 -- Maintain and Repair Roofs, Scott AFB, IL
- Notice Date
- 2/12/2010
- Notice Type
- Modification/Amendment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
- ZIP Code
- 62225-5037
- Solicitation Number
- FA4407-10-R-0005
- Archive Date
- 2/23/2010
- Point of Contact
- David M. Hoag, Phone: 6182569298, Rodney C. Brown, Phone: 6182569297
- E-Mail Address
-
david.hoag@scott.af.mil, rodney.brown-02@scott.af.mil
(david.hoag@scott.af.mil, rodney.brown-02@scott.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Survey/Sources Sought Roofing Indefinite Delivery-Indefinite Quantity Unit Price Contract Scott Air Force Base, Illinois Description: The purpose of this survey is to gather industry information prior to solicitation of the FY10 Roofing Indefinite Delivery-Indefinite Quantity (IDIQ) Unit Price contract supporting facility construction needs at Scott Air Force Base, Illinois. The Roofing IDIQ program consists of soliciting and awarding task orders to a firm to furnish all plant, labor, materials, tools, supervision, equipment and transportation to manage, install, repair, and troubleshoot multiple slate, asphalt shingle, standing seam metal, built-up roofing, modified bitumen, Ethylene Propylene Diene Monomer (EPDM) and Thermoplastic Olefin (TPO) roofing projects at Scott AFB, IL. Work to be performed under the Roofing IDIQ will be within the North American Industry Classification System (NAICS) code of 238160 - Roofing Contractors - size standard $14 Million. Project task orders may range between estimated $3,000 - $500,000. Individual task orders will be awarded for each project. Description of the work will be identified in each individual task order. As appropriate with the roofing industry, emergency conditions may exist, such as a roof damaged from storms or high winds posing threat to personnel or a facility. The awarded firm shall have a designated representative that will respond by telephone within one hour of contact. Once telephone contact is made, the contractor shall provide qualified service technicians and equipment on-site within 4 hours. The maximum program value (combined value of all task orders awarded) is not to exceed $4M over a five-year period. The government anticipates awarding a contract with a (1)-year base period and four (1)-year option periods. The anticipated performance period will run from 1 Jun 2010 through 31 May 2011 plus four one (1)-year option periods. The government will evaluate offers and select the awardee utilizing Performance Price Trade-Off (PPT) best value source selection procedures. Please answer the following questions and/or provide the information requested below: Name & Address of Company: Telephone/fax number: Name/title of Company Point of Contact: General Contractor or Specialized Roofing Contractor? Number of Employees: Average annual receipts for the last three fiscal years (please indicate fiscal period): Socio-economic Status: Large/Small/Service-Disabled, Veteran-Owned/Woman-owned/Small Disadvantaged/8(a) certified/HUB Zone Number of years in construction/roofing industry: Bonding capacity: Name(s) of Surety(ies): As a prime contractor, does your firm have experience in installing, repairing, and troubleshooting multiple slate, asphalt shingle, standing seam metal, built-up roofing, modified bitumen, Ethylene Propylene Diene Monomer (EPDM) and Thermoplastic Olefin? Yes/No If yes, list experience and provide references for all types of roofing systems, Title: Type Roofing System: Total Dollar Amount: Name of Client: Date Completed: Renovation or New Construction: Do you have in-house labor capability or do you subcontract all roofing work? Does your firm have (or would your firm be able to establish) a local presence in order to meet the emergency response requirement of providing qualified service technicians and equipment on-site within 4 hours? Is your firm otherwise qualified and capable of competing for the FY10 Scott AFB Roofing Indefinite Delivery-Indefinite Quantity Unit Price Program? Clients/References 1st Reference: Name of Client/POC/Phone number: Project Title/Description: Type Roofing System: Final Dollar Value: Number of Change Orders: Initial Completion Date: Final Completion Date: 2nd Reference: Name of Client/POC/Phone number: Project Title/Description: Type Roofing System: Final Dollar Value: Number of Change Orders: Initial Completion Date: Final Completion Date: 3rd Reference: Name of Client/POC/Phone number: Project Title/Description: Type Roofing System: Final Dollar Value: Number of Change Orders: Initial Completion Date: Final Completion Date:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4407-10-R-0005/listing.html)
- Place of Performance
- Address: Various locations at Scott AFB, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN02064886-W 20100214/100212234939-baadb2cbe25a64e31c07d7a7f289ac73 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |