Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2018 FBO #5892
MODIFICATION

Z -- REPLACE NORTH WING ROOF, MCALLISTER HALL, USCG ACADEMY, NEW LONDON, CT PROJECT NO. 5585645

Notice Date
1/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
 
ZIP Code
02886-1379
 
Solicitation Number
70Z0G118BPFA00800
 
Archive Date
2/23/2018
 
Point of Contact
Teresa L. Lamphere, Phone: 401-736-1785, Joyce M Overton, Phone: 401-736-1745
 
E-Mail Address
Teresa.L.Lamphere@uscg.mil, joyce.m.overton@uscg.mil
(Teresa.L.Lamphere@uscg.mil, joyce.m.overton@uscg.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
70Z0G118BPFA00800 ISSUE DATE: 8 JANUARY 2018 Contractor shall provide all personnel, equipment, materials, tools, vehicles, supervision, and other items and services required for a complete roof replacement of northeast low slope roof section on McAllister Hall as noted on the drawings. The project includes removal and replacement of selected section of low slope membrane roof system, roof drains, wall flashing, and perimeter cap flashing as noted on the drawings. Repair and re-commission the building lightning protection system. Protect from damage existing building components that are to remain. Provide temporary barriers at entrances below the work areas as required for safety. Patch and repair damaged roof decks where noted on drawings. Some materials where noted contain asbestos and shall be removed and properly disposed of by a licensed asbestos abatement contractor. Remove existing roof membrane and insulation down to the structural deck. Remove, salvage, and recycle metal copings, flashings, miscellaneous metal, etc. Remove existing sealant at joint between the masonry wall and copper counter flashing. Remove, salvage, and reinstall existing exhaust fans as noted or as required to install new roof materials. Completely remove and dispose of existing HVAC split system as noted on drawings. Remove and recycle or properly dispose of all construction debris. Installation: Patch and repair structural decks as noted on drawings and as required for installation of new roof system. Provide and install membrane roof systems, including substrate board, vapor barrier, polyisocyanurate insulation, tapered insulation board, ½" cover board, 60 mil EPDM membrane, flashing, etc. Provide new EPDM flashing at walls, equipment curbs, and roof penetrations. Provide new wood blocking, wall flashing, metal edge flashing, and all required accessories for a complete and watertight roof system. Remove and replace several courses of brick at wall flashing, new brick to match existing, replace wall flashing and counter flashing with 20 oz copper flashing, add weeps to joints above flashing and point joints with lime mortar. Remove and replace existing roof drains and dome strainers, cast iron pipe and fittings, and connect to existing roof leaders, three (3) locations. Provide additional overflow scupper drains at roof perimeter as shown on drawings. Remove, salvage, and reinstall existing acoustic ceiling tile in good condition and replace damaged or stained acoustic ceiling tiles in areas of existing roof drain replacement. Provide new ceiling tiles to match existing. The period of performance for the project is 29 weeks from issuance of Notice to Proceed, including 9 weeks for the performance of on-site work between 29 May 2018 and 31 July 2018. The estimated value of the procurement is between $300,000 and $500,000. Performance and Payment bonds will be required. Solicitation packages will be available on 8 JANUARY 2018. The date set for receipt of bids is 8 FEBUARY 2018 at 2:00 p.m. ET. The applicable North American Industry Classification System (NAICS) code is 238160-Roofing Contractors with a small business size standard of $15.0 million. This acquisition is issued pursuant to FAR Part 14 Sealed Bidding and is 100% Set-Aside for Woman-Owned Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: http://www.fbo.gov. To receive immediate notification of all changes posted electronically, vendors should click on "Register to Receive Notification". All vendors interested in teaming or subcontracting for this solicitation, should click on "Register as Interested Vendor". In order to view a list of interested vendors, interested parties should click on "View List of Interested Vendors". A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/70Z0G118BPFA00800/listing.html)
 
Place of Performance
Address: US COAST GUARD ACADEMY, MCALLISTER HALL, 15 MOHEGAN AVENUE, NEW LONDON, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04783362-W 20180110/180108230956-e39ce84e94255fb8ceb29a3dd5dd4e32 (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.