Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
SOURCES SOUGHT

Z -- ROOFING - MAINTENANCE, REPAIR, RECONSTRUCTION, REPLACEMENT & DEMOLITION

Notice Date
10/11/2018
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56ZTN) Garrison Contracting Division, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56ZTN-19-R-0001
 
Archive Date
12/31/2018
 
Point of Contact
Sandra A. Anderson, Phone: 443-861-4753, Bernadette L. Farnan, Phone: 443-861-4761
 
E-Mail Address
sandra.a.anderson12.civ@mail.mil, bernadette.l.farnan.civ@mail.mil
(sandra.a.anderson12.civ@mail.mil, bernadette.l.farnan.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. All responses will be used for market analysis in determining the availability of potentially interested 8(a) businesses and may be used to determine appropriate acquisition strategy. The Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is seeking potential sources for a Firm-Fixed Price Indefinite Delivery Requirements Contract in accordance with FAR 16.503 for MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION OF A WIDE VARIETY OF ROOFING SYSTEMS. The intention is to procure these services as a competitive 8(a) set-aside. INFORMATION AND INSTRUCTIONS: Based on the responses to this sources sought notice/market research, this requirement shall be set-side for small business under the 8(a) Program. All qualified 8(a) Small Businesses shall be registered under the Dynamic Small Business Search Engine located at http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm. Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluations will be provided to companies regarding their submissions. The contractor shall provide all labor, material, equipment, tools, and services, insurance and bonding necessary for performing all work during construction associated with a wide variety of roofing systems. This includes all work related to providing complete and watertight roofing systems on diverse building types. This work is to be performed under individual task orders at one of the following areas: Aberdeen or Edgewood Areas of Aberdeen Proving Ground, Maryland; Adelphi, Maryland; and Blossom Point, Maryland. Work to be performed can include, but are not limited to the maintenance, repair, reconstruction, demolition, replacement, and installation of the following principal features: a. Existing variety of roofing materials and insulations. b. Roof decking. c. Trusses and rafters. d. Sheet metal, flashings, drip edges, gravel stops, etc. e. Vents, and ventilators. f. Cants, nailers, soffit, cornice, rake, and fascia. g. Gutters & scuppers, downspouts, leaders & conductor heads. h. Roof drain lines interior to building. i. Walkways, pitch pockets, expansion joints, caulking and backer rods. j. Painting various surfaces. k. Recoating existing roof systems. l. Raising roof mounted equipment. m. Electrical conduit. n. Asbestos and Lead Inspections, Sampling, Analysis, Testing. o. Roofing related materials containing asbestos and lead as necessary to accomplish the task at hand. p. Associated tasks and details necessary to complete these projects and provide a watertight roof. q. Associated tasks and details necessary to address the weather tight integrity of the building envelope. The length or duration of this contract is five (5) years (one base year and four option years.) Estimated total value of this contract including base and four (4) option years is between $40-$50 million. If your company has the potential capacity to perform this work, please provide the following information: 1) Company name, address, email address, web site address, telephone number, and size and type of ownership of the company; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; 3) Company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. If subcontracting or teaming is anticipated in order to deliver technical capability, companies should address the administrative and management structure of such arrangements. Interesting parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of less than 10 pitch. In addition, Contractor shall provide a letter from their surety that they will be able to obtain a bonding capacity at minimum of $10 million for the base year and each option year period. The applicable NAICS code for this requirement is 238160 with a Small Business Size Standard of $15.0 Million. The deadline for response to this request is no later than 2 pm, EST, 31 October 2018. All responses under this Sources Sought Notice must be emailed to Bernadette.l.farnan.civ@mail.mil or Sandra.a.anderson12.civ@mail.mil. This Sources Sought should not be c onstrued as a c ommitment b y t he Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purposes of market research. Please be advised that all submissions become Government property and will not be returned. Questions on this notice shall be submitted to the email address above for Sandra Anderson, Contract Specialist or Bernadette (Lynn) Farnan, Contract Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/113da9bc83f7cbd10a2aa80ad727ea45)
 
Place of Performance
Address: See notice above., Aberdeen Provoing Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05121337-W 20181013/181011230758-113da9bc83f7cbd10a2aa80ad727ea45 (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.