Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

Z -- Replace Roof, Building 57

Notice Date
4/9/2018
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP330018B0004
 
Point of Contact
Mogen Gilson, Phone: 7177704757
 
E-Mail Address
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. The scope of work includes but is not limited to the following: •1. PROJECT REQUIREMENTS 1.1 Perform thermal scan and provide thermal image of the entire roofing system to identify areas of potentially wet insulation. Estimate replacement of up to 1% of wet insulation. 1.2 Remove and replace all areas of moisture-damaged insulation identified. 1.3 Inspect and repair and/or replace any areas of damaged or deteriorated structural deck. 1.4 Perform relief cuts of existing PVC roofing system following manufacturer's recommendations for size and amount. 1.5 Surface preparation and installation of ¼" Securock or Densdeck recovery board mechanically fastened to the existing assembly to metal deck, as per manufacturer's recommendations. 1.6 Surface preparation and installation of new 50-mil Duro-Last PVC, Prefabricated Deck-sheets, thermoplastic membrane roofing system mechanically fastened through the existing assembly to metal deck as per manufacturer's recommendations. 1.7 Remove existing flashings and install new pre-fabricated PVC flashings at all curbs, pipes, walls, units, pitch pockets, etc. 1.8 At existing pitch pockets that cannot receive a curb flashing, remove existing mastic at pitch pockets. Install vinyl-coated metal pitch pockets according to manufacturer's standard details and fill with approved pitch pocket sealer. 1.9 Remove existing sheet metal flashings and trim at all walls and recycle following all local, state, and federal regulations. 1.10 Remove existing expansion joint sheet metal. Install new PVC parapet base flashing over the expansion joint following manufacturer's standard details. 1.11 Install new PVC membrane up and over the parapet wall. Terminate the membrane with 24 gauge kynar metal, following manufacturer's standard details. 1.12 Provide new 24 gauge Kynar-coated sheet metal copings, drip edge, and counter flashings. 1.13 Provide and install new Duro-Last Roof Trak III Walkway Pads (or equal) at all existing locations of walk deck. Submit proposed layout drawing for approval. 1.14 Install new Duro-Last (or equal) Two-Way air vents according to manufacturer's recommendations. 1.15 Existing coax cables, conduits, power lines, gas lines, condensate lines, roof vents and all rooftop and communication equipment shall be protected from damage. Contractor shall be responsible for any damages incurred during construction. 1.16 Corner joint integrity of existing curbs and base flashings for equipment shall be maintained. Restore to original condition if disturbed. 1.17 Provide enough wood pipe supports for the condensate lines. Wood supports should be spaced at 7'-0 minimum. 1.18 Contractor shall issue 20 year NDL, Material & Labor warranty with the first 15 years covering Consequential Damages. New roof shall meet ASCE-07 uplift requirements and meet the intent FM I-90 and UL 580 standards, Energy star, CA Title 24 requirements and CBC wind load. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 120 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. Any power outages shall be scheduled 72 hours in advance. Any work requiring power outage shall be performed on Sunday 0700 to 1630. Any work to be performed on holidays will require a minimum of two weeks' notice. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238160. The small business size standard is $15,000,000. The magnitude of this construction effort is between $1,000,000.00 and $5,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-18-B-0004 for the above stated requirement is on or around April 23, 2018. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330018B0004/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION, SAN JOAQUIN CA., Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04882773-W 20180411/180409230701-241b55bcf0461c8b06fbf9b8168700aa (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.