Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

Z -- Roof Repair Bldg 3446- FTQW18-1018 - FA5004-18-B-C007 - (Draft) - (Draft) - (Draft) - (Draft) - Solicitation - Attachments - (Draft)

Notice Date
5/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-18-B-C007
 
Point of Contact
Robert J. Bolcavge, Phone: 9073771635, Rachel Oldfield, Phone: 9073773506
 
E-Mail Address
robert.bolcavage@us.af.mil, rachel.oldfield@us.af.mil
(robert.bolcavage@us.af.mil, rachel.oldfield@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JA-3 AF Form 66 JA-6 As-Builts FA500418BC007 Solicitation JA-5 Wage Determination JA-1 Statement of Work JA-4 Site Plan JA- Specifications 2.0 DESCRIPTION OF WORK: Repair the entire roof of Bldg 3446 by replacement. The roof system shall be installed in accordance with manufacturers' recommendations and the attached specifications. 2.1.1 Remove the existing 12,900 SF IRMA roof system, including insulation. Remove all flashing.. 2.1.2 Install 12,900 SF 60 mil PVC system insulated to R38 in accordance with manufacturer's recommendations and the specifications. 2.1.3 Install tapered insulation for PVC roof system to provide proper drainage into newly installed drains according to manufacturer's recommendations and the specifications. 2.1.4 Install two layers 12,900 SF (1/2" and 1/4") gypsheeting thermal barrier in accordance with manufacturer's recommendations and the specifications. 2.1.6 Install new 1,150 SF flashing and expansion joints. Flashings shall be chosen and installed to withstand wind gusts at speeds of up to 24 knots and in accordance with manufacturer's recommendations and the specifications. Roof flashing color must match existing flashing material. Install manufactured flashing for vents though roof (VTRs) in accordance with manufacturers recommendations and the specifications. 2.1.8 Install 12,900 SF FFP 31.5 mil minimum vapor barrier in accordance with manufacturer's recommendations and the specifications. 2.1.9 Install 6 new roof drains with 2-4" drain extensions and install flashing for drains in accordance to manufacturer's recommendations and the specifications. 2.1.10 Install roof warranty signs on exterior of building near roof access points. 2.1.10.1 Post a 12" x 12" x 1/8" brown sign with white lettering at any and all access points to the roof. These signs will be posted at or near eye level on the nearest vertical surfaces to the access points to the roof and will read as follows: a. THIS ROOF IS UNDER WARRANTY UNTIL EXPIRATION DATE: [expiration date of warranty] DO NOT PENETRATE THIS ROOF -+WITHOUT NOTIFYING 354 CES Roofing Engineer, 377-2100 2.1.11 Contractor shall repair any damage they cause to the building or site at no extra cost to the Government. 2.2 Provide all work plans, labor, material, equipment, supervision, work and facilities necessary to sample, analyze, abate, and dispose asbestos containing material (ACM) if encountered (to protect workers), certify, report and coordinate with ADEC in accordance with the Work Narrative and Contract. This ITEM shall be paid only if ACM is encountered and must be abated and shall be paid per unit square feet (total not to exceed 130 SF). magnitude is between $250,000 and $500,000 IAW FAR 36.204(c). This acquisition is being solicited as a Total Small Business Set-Aside. The applicable North American Classification System (NAICS) code is 238160, with a small business size standard of $15M. The Government intends to award one Firm-Fixed Price (FFP) contract. The solicitation will be issued electronically. It will be available only via the Federal Business Opportunities website (www.fedbizopps.gov). Potential offerors are responsible for downloading their own copy of the solicitation package, as no paper copies will be furnished. Potential offerors should register at www.fedbizopps.gov in order to receive notification and/or changes to the solicitation. All Offerors MUST be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Bidders may obtain information on registration and annual confirmation requirements via the Internet at http://www.fsd.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-18-B-C007/listing.html)
 
Place of Performance
Address: 2310 Central Ave, Building 2258, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04905879-W 20180503/180501230609-b8864a1ea921fc9270fb42076014c55b (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.