Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

56 -- Roof Replacement Project - American Embassy Riyadh

Notice Date
4/23/2018
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of State, Office of Acquisitions, Regional Procurement Support Office Frankfurt, Germany, American Consulate General Frankfurt, Giessenerstrasse 30, 60435, Frankfurt am Main, Non-U.S., Germany
 
ZIP Code
00000
 
Solicitation Number
19GE5018R0055
 
Archive Date
5/23/2018
 
Point of Contact
Hartmut Christe, Phone: 496975353343, Graham S. Andrews, Phone: 00496975353307
 
E-Mail Address
Christeh@state.gov, andrewsgs@state.gov
(Christeh@state.gov, andrewsgs@state.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE Solicitation No.: 19GE5018R0055 The American Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for: Roof Replacement Project, U.S. Embassy, Riyadh, Saudi Arabia. The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction Type Contract during the second/third quarter of calendar year 2018. The successful contractor shall provide complete construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of this contract within the established timeframe. The work includes among other construction activities, the furnishing all labor, equipment, materials, and tools for the replacement of the roof on the Embassy Office Building (EOB), comprising of the Chancery Low Roof PVC Repair, the Cafeteria Patio Roof PVC Repair, the Lobby Roof Repair, the Generator Building PVC Replacement. The proposed roof replacement shall comprise removal and disposal of all existing gravel ballast, removal of existing concrete paver ballast to expose base flashings and membrane seams, installation of new termination bar with threecoursing, installation of new 8" PVC membrane patch over existing field membrane, replacement of existing backer-rod and sealant in concrete wall panel joints and minor equipment relocations and supports. The total roof area is approximately 4,980 square meters. The Contractor will be responsible for providing construction personnel as needed to complete the services that meet the technical requirements in the Statement of Work in accordance with the following U.S. codes and standards. •Underwriters Laboratory Requirements for a Class A dire-rated roof assembly •Factory Mutual wind uplift requirements •National Roofing and Contractors Association, Roofing and Waterproofing Manual •Sheet Metal and Air Conditioning Contractors National Association for roof system details •American Society for Testing & Materials, roofing, waterproofing & bituminous materials •Uniform Building Code, to include structural load and roof drainage requirements •International Building Code The magnitude of this project is anticipated to be between $1,000,000 and $5,000,000 U.S. Dollars for the entire project. Companies interested in the solicitation should express their interest by written correspondence, no later than Friday, May 8, 2018, at both of the following email addresses Christeh@state.gov and FrankfurtRPSO@state.gov and MUST include the following information: Name of Firm, Name, Telephone, Email Address of Point of Contact and Complete Physical and Mailing Address of Firm. DO NOT TELEPHONE. Firms shall be knowledgeable in written and spoken English. APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST In applying for the solicitation material, you are acknowledging that your company is able to reach compliance with the following highlighted requirements included in the solicitation. In accordance with DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999), it will be necessary for your organization to possess authorization to operate and do business in the country in which this contract will be performed. Contractors shall be required to provide: a.A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the given country, b.Details of your findings and a description of what your organization will actually be required to undertake to obtain licensing, and c.Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization. You will be required to provide information that clearly shows you are able to perform work in Saudi Arabia. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified. Irrevocable Letters of Credit (ILOC): The successful contractor will be required to provide the government with surety in the form of Irrevocable Letters of Credits totaling 40% of the value of the contract. If you have a Duns number* and have been SAM** registered, please include below. Please note that the requirement to obtain a Duns number and for your company to be SAM registered, will be a mandatory requirement upon contract award. Duns number:_______________________ SAM Registered:( ) Yes ( ) No * Dunn and Bradstreet: www.dnb.com/get-a-duns-number.html ** System for Award Management: SAM.gov The failure to provide the above documentation when submitting your proposal may result in your proposal being found technically unacceptable and removed from the competition without further discussions. Solicitation and award will be subject to the laws and regulations of the United States of America. This requirement is being competed utilizing full and open competition procedures. The Contract Specialist for the administration of this contract is Mr. Hartmut Christe, Tel. +49 69 7535 3343, email Christeh@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc1ec194c5c0a8fbfe0a65bcf56a6ec2)
 
Place of Performance
Address: Riyadh, Saudi Arabia, Riyadh, Saudi Arabia
 
Record
SN04897450-W 20180425/180423230503-bc1ec194c5c0a8fbfe0a65bcf56a6ec2 (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.