Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOLICITATION NOTICE

Z -- Roofing and gutters, downspout repair and replacement.

Notice Date
7/5/2012
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-R-0063
 
Response Due
7/20/2012
 
Archive Date
9/18/2012
 
Point of Contact
David D. Denton, 301 619-6857
 
E-Mail Address
US Army Medical Research Acquisition Activity
(david.d.denton@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This pre-solicitation notice supersedes previous notice W81XWH-11-R-0376, September 01, 2011. The U.S. Army Medical Research Acquisition Activity (USAMRAA) in behalf of the U.S. Army Garrison - Fort Detrick, Directorate of Public Works, located in Frederick, MD., is seeking 8(a) Small Disadvantaged Business construction/roofing contractors to propose on solicitation number W81XWH-12-R-0063 for Roofing and Gutter Repair and Replacement to include roofing systems. All work will be performed on Fort Detrick Main Post and Area B and the waste water treatment plant located in Frederick, MD and at the Forest Glen Annex, Silver Spring, MD. The solicitation and resulting contract schedule will consist of some 100 plus typical roofing work contract line item numbers (CLINs) and the contractors will provide unit prices for each CLIN for each year of the contract. After contract award, the contractor's subsequent job order offers will be based on the unit pricing. Roofing and gutter work required includes repair and/or replacement of roof decking, fiberboard insulation, wood sheathing, gutters and downspouts, base and counter flashing, fascia and soffits, pitch pockets, vent pipes and roof drains, minor roof truss and rafter repair and replacement, and similar structural repairs. The types of existing roof systems include but are not limited to tab shingles, PVC/EPDM, built-up or modified bitumen, plasticized asphalt, firestone rubber guard, and metal standing seam. The contact will be a multiple award IDIQ for five years (base plus 4 one-year options). Contract award will be based on the Lowest Priced Technically Acceptable (LPTA) offer. Three evaluation factors will be included in the solicitation and are (1) Price, (2) Technical Acceptability and (3) Past Performance. The evaluation criteria will be explained in detail in the solicitation. The base contracts resulting from the solicitation will be awarded to at least three 8(a) contractors and each contractor will receive the minimum job order(s) with a dollar value of $25,000. After the minimum is met, subsequent job orders will be solicited competitively to the three contractors and a site visit will be scheduled for each job to allow contractor to inspect the site before preparing their offer. Each additional job order will be awarded competitively to the lowest priced offer. All work will be performed in accordance with the main IDIQ contract's terms and conditions and the individual job orders. The contract will be Fixed Price with an Economic Price Adjustment (EPA) and will include the FAR Clause 52.216-2 Economic Price Adjustment - Standard Supplies. A Payment and Performance Bond will be required and contractor should have an available bonding capacity of up to $4.5 million per occurrence. The solicitation will be issued on or about 20 July 2012 and will be posted to ASFI and FEDBIZOPS. This requirement will be a total (100%) competitive 8(a) set-aside restricted to contractors located in Maryland, Pennsylvania, Virginia, West Virginia and Washington, DC. The NAICS codes for this work are 238160 (Installing Roofing), 238170 (Installing downspouts, and gutters, fascia and soffits) and 238130 (Instaslling roof trusses and sheathing attached to trusses), with a small business size standard of $14 Million in annual revenue. The contractor must be authorized by the SBA to receive work under these NAICS codes. The estimated magnitude of the contract is approximately $900,000 per year and will not exceed $4.9 million over the life of the contract. A pre-proposal site visit will be scheduled after the issuance of the solicitation on or about 1 August 2012 and details for mandatory registration for the site visit will be outlined in the solicitation. All interested contractors must be registered in the Central Contractor Registry (CCR) database, complete the online Representations and Certification Application (ORCA) and also be registered in Federal Business Opportunities (FEDBIZOPS). All information, amendments and questions concerning this solicitation will be posted on FedBizOpps. It is the offeror's responsibility to monitor the FedBizOpps website for notices and amendments. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing via email to the person/s specified in the solicitation. Answers will be provided in writing via posting to the web. Questions regarding this Pre-Solicitation Notice, please contact David Denton in writing via e-mail at david.d.denton@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-R-0063/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02794714-W 20120707/120705235045-2a26116ceecdb65d48499cb738ce13f8 (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.