Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2015 FBO #4890
SOURCES SOUGHT

Z -- Replace and Improve Roof Cover and Rainwater Drainage Systems, The Historic U.S. Courtouse, Asheville, NC

Notice Date
4/13/2015
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-15-EX-C-0186
 
Point of Contact
William T. Peterson, Jr., Phone: 704-926-7071
 
E-Mail Address
william.peterson@gsa.gov
(william.peterson@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS - FOR PLANNING PURPOSES ONLY. This is not a request for offers or proposals. This is a market research tool being utilized to determine the availability and adequacy of potential sources. The Government does not intend to award a contract based on the responses and the Government is not obligated to and will not pay for information received as a result of this announcement. The purpose of this Notice is to solicit interest, capabilities and qualifications of small roofing contractors with Design-Build project delivery experience. Replace and Improve Roof Cover and Rainwater Drainage Systems, The Historic U.S. Courthouse, 100 Otis Street, Asheville, North Carolina 28801-2611 The project involves the design, repair, replacement, and improvement of roof cover systems and rainwater drainage systems at the Historic U.S. Courthouse, Asheville, North Carolina. The existing low-slope roof cover involves twelve separate roof areas totaling approximately 13,000 square feet. The low-slope roof cover consists of ballasted single-ply EPDM membrane over lightweight weight insulating (cinder) concrete and structural concrete decks. However, the sally port roof involves rigid board insulation and metal decking, in addition to the EPDM membrane. The steep slope roof cover involves approximately 15,000 square feet of standing seam metal roof membranes over the attic and approximately 1,500 square feet of contiguous gutters. Both roof cover systems include EPDM base flashing; metal counterflashing; concrete parapet copings; internal rain leaders and conductors; and associated sealants. The Designer-Builder shall design and construct appropriate repairs, replacements, and improvements of these roof cover and rainwater drainage systems. New low-slope roof membranes are limited to multi-layer atactic polyproylene (APP) or styrene butadiene styrene (SBS) modified bitumen roofing systems with highly reflective surfaces. New gutter membranes are limited to fluid-applied aliphatic polyurethane and polymethylmethacrylate (PMMA) waterproofing. Section 4 of this statement of work provides additional requirements for these new systems and components. The Design-Builder shall also provide a web-camera surveillance system to monitor on-site work progress through project completion. In addition, the designer-builder shall provide a twenty-year (20-year), no-dollar-limit (NDL) warranty on all areas of low-slope roof replacements, and a ten-year (10-year) NDL warranty on the gutter waterproofing system. The warranties shall include wind riders to cover damage caused by winds speeds up to one-hundred forty (140) miles per hour or to the design wind speed for the building location, whichever is less. The estimated price range is between $1,000,000.00 and $5,000,000.00. The Design-Build (DB) Contractor is to provide a proposed project schedule. The Small Business Size Standard for NAICS Code 238160 is $36,500,000.00 in average annual receipts over the past three years. Firms interested in this effort must be able to demonstrate experience as a Roof Contractor on three similar projects. Similar projects is defined as a project that is similar in size, type and complexity as further defined herein. To be considered similar in size, projects must exceed $500,000.00 in construction cost and be completed in the last seven (7) years. To be considered similar in type, projects must include the design and installation of a new roofing system. If you are an interested small roof contractor, submit a Capabilities Statement to include: the company's name; DUNS number, small business type; summaries for three (3) similar projects (as described above) that are relevant to the work required with this Notice; valid point of contact for each project. Indicate whether your firm has the bonding capability that would be required under this project. Acknowledgement of receipt of responses will not be made, nor will Respondents be notified of the Government's evaluation of the information received. Responses to this Notice shall be reviewed by the Contracting Officer for the purposes of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small roofing contractors. A determination not to compete the proposed procurement based upon responses to this Notice is solely within the discretion of the Government. All information furnished to the Government in response to this Notice will be used for review purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. Interested Offerors shall respond to the Sources Sought Synopsis no later than 4:00 pm ET, Monday, April 20, 2015 via email to William Peterson at william.peterson@gsa.gov. Oral communications, telecommunications, and faxed inquiries or comments are NOT acceptable as a response to this Notice. Only e-mail responses will be accepted. Please Note: A prospective Offeror that is interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database, formally the Central Contractor Registration (CCR), prior to contract award. Information regarding contractor registration can be obtained through the following website: www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-15-EX-C-0186/listing.html)
 
Place of Performance
Address: The Historic U.S. Courthouse, 100 Otis Street, Asheville, North Carolina, 28801-2611, United States
Zip Code: 28801-2611
 
Record
SN03697750-W 20150415/150413234912-c2bf902db5daee5293b22f56151d409a (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.