Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
SOURCES SOUGHT

Y -- National Roofing Inspection FY2013 MATOC Contract for Army Reserve Facilities Nationwide.

Notice Date
5/14/2012
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-12-NRI-MATOC-MS
 
Response Due
6/5/2012
 
Archive Date
8/4/2012
 
Point of Contact
Morgan Strong, 502-315-6210
 
E-Mail Address
USACE District, Louisville
(morgan.k.strong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction of an The intent is to issue one (1) solicitation and award four (4) Multiple Award Task Order Contracts (MATOCs). Each contract shall consist of a 2 year base period and (3) 1-year option periods. For these Construction MATOCs, contractors must be current members of the National Roofing Contractors Association (NRCA) or members of other roofing professional or roofing trade organizations for a minimum of 3 years. The contractors chosen shall also be certified applicators capable of installing 20-year no dollar limit roofing systems to include Built-up, Single-Ply, and Standing Seam Metal systems. For prime contractors who expect to sub-contract any work, all sub-contractors used shall meet the same criteria. Task Orders will include Roof Repair or Replacement Construction Scopes of Work that include plans and specifications developed from roof inspections performed by Registered Roof Consultants (RRC). The construction contractor will complete the roof replacement and/or repair construction according to the plans and specifications. It is the intent of the Government to have a third-party Registered Roof Consultant familiar with the design documents provide a Registered Roof Observer on-site for supplemental inspection, Quality Assurance and review of the construction process to ensure all requirements and standards are met. The estimated cost range for each Task Order is between $100,000 and $8,000,000.00. NAICS is 238160 with a Small Business Size Standard of $14.0 Million. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 05 June 2012 by 12:00 Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Indication of status and length of membership in NRCA or other roofing professional or roofing trade organizations, (4) Indication of Applicator Certification for installing 20-year, No-Dollar-Limit roofing systems. (5) Descriptions of Experience - provide descriptions of projects that are substantially complete or completed within the last seven years which are similar to the Project Task Orders project in size, scope, and dollar value. Projects considered similar in scope to the Project Task Orders include repair and replacement of Built-up, BUR, Modified Bitumen, EPDM Rubber, Polyvinylchloride, or Standing Seam Metal roof systems for buildings of various sizes including at least one project greater than 10,000 SF. Thermo-Plastic Olefin (TPO) systems shall not be acceptable systems for submission of similar projects to this work. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and square footage of the project, the portion and percentage of work that was self performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project. (6) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Eighty (80%) of the work is to be self-performed. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Mr. Morgan Strong at morgan.k.strong@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Morgan Strong, Louisville, KY 40202-2267. If you have questions please contact Morgan Strong at morgan.k.strong@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-NRI-MATOC-MS/listing.html)
 
Record
SN02747071-W 20120516/120514235930-59b8ac28e258e65c4a3f97fc96e85d38 (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.