Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOLICITATION NOTICE

Z -- O�Brien Upper Envelope Project

Notice Date
2/19/2020 2:41:44 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 OPERATIONS BRANCH B NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0220R0002
 
Archive Date
03/31/2020
 
Point of Contact
Jayshree G. Tank, Phone: 2125778681, Nicholas Uom, Phone: 2122647367
 
E-Mail Address
jayshree.tank@gsa.gov, Nicholas.uom@gsa.gov
(jayshree.tank@gsa.gov, Nicholas.uom@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY. The General Services Administration, Region 2, Public Buildings Service, intends to issue a Request for Proposal (RFP) # TBD, to replace existing roofing systems at the Leo O�Brien Federal Building. The project will be solicited with a Base Bid; one (1) alternative to the base scope of work and one (1) Option.� The government will determine which approach (base or alternative) to take prior to the award. It will be an either or type situation regarding the base work versus the alternative and clearly identified within the award document.� The Option work applies to both the base work and the alternative approach regardless of which is selected by the government. Base Bid Work includes but is not limited to the following work:� approximately 17,225 sf of existing roofing systems at the Leo O�Brien Federal Building (127 ft� x 157 ft) will be replaced with new roofing systems with a new fully adhered TPO membrane roofing system comprised of torch down vapor barrier, multiple layers of Type VI Extruded Polystyrene (XPS) insulation (amount of insulation required will create a height of approximately 4.5 inches), cover board, and eighty (80) mil TPO membrane; fire rated pressure treated wood will be used to add curbing and or curbing height as depicted within project documents; existing roof drains will receive new inserts and strainers; all drains will be confirmed as being clear and free any obstruction prior to completion; the existing roof has been identified to contain asbestos containing material (ACM) in specific areas as identified with project documents will be abated as part of project; new OSHA-complaint guardrails will be installed around the perimeter; a roof� tie-off system (anchor points) will be installed and pull rating verified; and new lightning protection system installed and certified as functioning and operational. At the conclusion of the project, the existing site will be restored to its original condition. As part of the verification process to confirm proper installation the roofing system�s technical representative must conduct periodic inspection during the course of the installation, conduct a final inspection to verify TPO seam and roof terminations integrity. Additionally within one year of the date of substantial completion at a time mutually agreement upon by GSA and contractor the contractor as part of their contract shall perform an infrared scan of all the roofing areas using an independent third party. The scan results shall be sent directly to GSA with copy going to contractor.� Contractor shall resolve any concerns identified.� Contractor shall provide GSA with labor and material warranty in accordance with project documents. Alternative Base Bid Work includes performing ALL of the work outlined within the base bid scope of work EXCEPT that the amount of insulation to be installed will instead create a height of 6.5 inches and that a raised roof area will be created under each of the four (4) cell tower areas.� The creation of this new raised roof area around the cell tower footprint is being required to facilitate the installation of the increase amount of insulation around the cell tower structures.� The roof assembly remains relatively unchanged for wood substrate a stick down membrane is required such as Grace Ice and Water and or a similar type material.� The approach required to install the TPO on this newly created raised area will be the same as that for the elevator penthouse roof area.� The newly created raised roof under the cell towers will require walkway mats to be installed in that area to provide safe walk areas when working on and around the cell towers. Option Work (option work applies regardless of whether base or alternative is selected): Furnish all material, equipment, labor and supervision to perform the following work which includes but is not limited to: removing the existing roof pavers and installing a monolith roof under the cooling towers; reinstalling the previously removed pavers ensure all damaged pavers are replaced with new; removing and replacing the narrow band of roof surrounding the building at this level (10th floor); existing roof drains will receive new inserts and strainers; all drains will be confirmed as being clear and free of any obstruction prior to completion; remove one (1) door and frame, sealing up the opening by toothing in new masonry concrete block; and sealing the mason walls surrounding the cooling tower area (three sides) by applying two (2) coats of Dow-Corning Silicone coating. Additionally within one (1) year of the date of substantial completion, at a time mutually agreed upon by GSA and contractor, the contractor (as part of their contract) shall perform an infrared scan of all roofing areas using an independent third party. The scan results shall be sent directly to GSA with copy going to contractor. Contractor shall resolve any concerns identified. Contractor shall provide GSA with full labor and material warranty in accordance with project documents. All Base Work and Option Work (if awarded) must be Substantially Complete no later than thee-hundred (300) calendar days after the Notice to Proceed is issued. TYPE OF SET-ASIDE: This requirement will be solicited as a 100% Total Small Business set-aside. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction with a size standard of $39.5 Million. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Experience, Past Performance, Staffing Plan, and price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to price. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000.00 and $5,000,000.00 in accordance with FAR 36.204. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. The estimated issue date for this solicitation is on or about March 6, 2020 with an estimated closing date of April 7, 2020. Upon issuance, the solicitation and supporting documentation will be posted and can be found on the Government Wide Point of Entry located at beta.sam.gov under solicitation number TBD. To be eligible for any federal contract award, a firm must be registered in the System Award Management (SAM) at http://www.sam.gov The Government will not pay for any information received from potential sources as a result of this synopsis. There are no responses due based on this pre-solicitation notice. Questions or comments regarding this notice may be addressed to Jayshree Tank, Contracting Officer, at jayshree.tank@gsa.gov and Nicholas S. Uom, Supervisory Contract Specialist at�nicholas.uom@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a3256260afe4624b3d2a93e166e9269/view)
 
Place of Performance
Address: Albany, NY 12207, USA
Zip Code: 12207
Country: USA
 
Record
SN05565549-F 20200221/200219230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.