Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOLICITATION NOTICE

Z -- Replace Asphalt Shingle Roof on Administrative Building

Notice Date
4/5/2010
 
Notice Type
Presolicitation
 
Contracting Office
SER - Gulf Islands National Seashore Contracting Office1801 Gulf Breeze Parkway Gulf Breeze FL 32563
 
ZIP Code
32563
 
Solicitation Number
Q5323100030
 
Response Due
4/14/2010
 
Archive Date
4/5/2011
 
Point of Contact
E. Andre Ward Contract Specialist 8509342614 andre_ward@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is issued to correct a previous announcement by changing the Solicitation Number from Q5327100030 to Q5323100030. This action is necessary to make the plans and specifications for this project available to the public through via Interior Department Electronic Acquisition System at http://ideasec.nbc.gov. On or about April 5, 2010, the National Park Service (NPS) intends to issue a Request for Quotation (RFQ) under solicitation number Q5323100030 for the award of a single, firm-fixed price contract for the replacement of Asphalt Shingle Roof on the NLO HQ-VC Administrative Building # 24 at Gulf Islands National Seashore located in nearby Pensacola Florida. NPS seeks qualified roofing contractors. A state certificate or registration in the respective trade category is required. Competition is restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. NAICS code: 238160 Roofing Contractors. Small Business Size Standard: $14.0 million (annual receipts). A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. For more information on these size standards, please visit http://www.sba.gov/size. The scope of work consists of providing all labor, material, equipment and supervision necessary for the replacement of the Asphalt Shingle Roof Covering System on NLO HQ-VC Administration Building # 42 with GAF-ELK Timberline Prestique Lifetime High-Definition Shingle Roof Covering System or approved equal. Minor demolition and disposal of existing improvements will be required. The work entails, but not limitedto: 1. Removal and disposal of existing asphalt shingle roof covering;2. Selective replacement of deteriorated board roof sheathing as needed;3. Installation of Asphalt Shingle Roof Covering System (13,000 SF);4. Installation of roof vent system;5. Selective replacement of deteriorated fascia (430 LF and soffit (70 LF) with like material (T-1-11 Siding);6. Install new metal flashing around dormers as needed;7. Removal and replacement of existing copper gutter (500 LF) and downspouts (100 LF) system; and8. Removal and reinstallation of existing lightning rods. This is a public works project subject to Davis Bacon and Related Acts and submission of certified payrolls and basic records shall be required. The magnitude of the project is estimated between $25,000 and $100,000. Pursuant to FAR 28.102 and the Miller Act, a payment bond or alternative payment protection is required; the penal amount must equal(1) 100 percent of the original contract price; and(2) If the contract price increases, an additional amount equal to 100 percent of the increase.Completion time for this project is Twenty-Eight (28) calendar days from receipt of Notice to Proceed. The official solicitation will be made available to the public free of charge by electronic posting. Any prospective bidder may obtained bid documents online via Internet address www.fedbizopps.gov or http://ideasec.nbc.gov. PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED. Plans and specifications may be accessed from the solicitation page by clicking on the "Clauses and Attachments" link (blue shaded area upper left of screen). Amendments, if issued, will also be posted to the IDEAS-EC system, and the responsibility for checking periodically for any amendments to the solicitation shall rest solely with the bidder or offeror. This proposed acquisition will be conducted IAW PART 13SIMPLIFIED ACQUISITION PROCEDURES and PART 36CONSTRUCTION AND ARCHITECT-ENGINEER CONTRACTS. The NPS will use evaluation procedures to make a "best value" award determination based upon the lowest priced brand name product, or a lower priced quotation based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability of the approved equal (refer to solicitation Section M for details). Any subsequent award made will be pursuant to the Small Business Competitiveness Demonstration Program (Public Law 100-656). Pursuant to Department of Interior Acquisition Policy Release (DIAPR) 2009-03, the bureau encourages the use of service-disabled veteran owned business programs as an exception to full and open competition. REGISTRATIONS: Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) is required. To register in the CCR system, visit http://www.ccr.gov/. To access the ORCA system, visit https://orca.bpn.gov/. RFQs can be electronically quoted by vendors on this web site http://ideasec.nbc.gov/ by signing in using a DUNS number and MPIN. The Data Universal Numbering System (DUNS) number and Marketing Partner ID (MPIN) can be obtained from your CCR point of contact. Any questions regarding this notice must be submitted in writing. Address correspondence to the Contracting Officer. Submission by eMail preferred: andre_ward@nps.gov. The Government reserves the right to cancel this proposed solicitation at any time prior to award. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q5323100030/listing.html)
 
Place of Performance
Address: Gulf Islands National Seashore1801 Gulf Breeze ParkwayGulf Breeze, Santa Rosa County, Florida
Zip Code: 325635008
 
Record
SN02112884-W 20100407/100405234940-d848ec9537530b5f887dab907b545dae (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 |
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.