SOLICITATION NOTICE
Z -- Installation Roof Requirement
- Notice Date
- 3/2/2020 1:26:13 PM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- W6QM MICC-FT LEAVENWORTH FT LEAVENWORTH KS 66027-1391 USA
- ZIP Code
- 66027-1391
- Solicitation Number
- W91QF4-20-B-0002
- Response Due
- 3/23/2020 12:00:00 PM
- Archive Date
- 04/07/2020
- Point of Contact
- Alphonso Barnes, Phone: 913-684-1643, Fax: 913-684-1610, Felipe D. Zaragoza, Phone: 913-684-1625, Fax: 913-684-1610
- E-Mail Address
-
alphonso.barnes3.civ@mail.mil, felipe.d.zaragoza.civ@mail.mil
(alphonso.barnes3.civ@mail.mil, felipe.d.zaragoza.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This posted announcement is a Pre-Solicitation Synopsis of a proposed contract action in accordance with FAR Subpart 5.207. The Mission Installation Contracting Command - Fort Leavenworth intends to issue an Invitation for Bid (IFB) for a Requirements type contract (FAR Subpart 16.503) for the acquisition of roofing services supporting Sustainment, Restoration, and Maintenance (SRM) at Fort Leavenworth, Kansas. The project is to repair and/or replace the existing roofing systems on various OMA buildings throughout the Post. This work will include the removal and disposal of the existing roof systems, including flashing, down to the structural roof deck, repairing the roof deck if required, installing new flashing, and roof system. It will also include repairs to gutters, fascia, downspouts, and incidental trim and painting. The work to be performed includes the following principal features: a.�� All buildings will be occupied during construction. b.�� Some of the existing paint contains lead. Lead-based paint is to be handled as described in attached specifications. c.� �The buildings are a mixture of historic and non-historic buildings. Some details of Historic buildings will have to be approved by the State of Kansas, State Historic Preservation Office (SHPO). d.�� The types of roofinods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."" ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when tordance with all current codes, regulations, and related addenda including all local, county, state, and federal agencies having jurisdiction over any portion of the work to be performed under this contract. In the event of conflicting guidance, the more stringent guidance will be followed. This includes, but is not limited to: a.�� Unified Facilities Criteria (UFC), namely for buildings and security requirements. -� UFC 3-110-03 ROOFING -� UFC 3-110-04 ROOFING MAINTENANCE AND REPAIR b.�� International Building Codes (IBC, IPC, IMC) c.�� National Fire Protection Association (NFPA). d.�� American National Standards Institute (ANSI). All will be in accordance with individual task order requirements, specifications and drawings provided with each project and/or master specifications. The North American Industry Classification System (NAICS) code for this work is 238160 (Roofing Contractors). The small business size standard is $16.5 million average annual revenue for the previous three years. This requirement will be a Total Small Business set-aside procured utilizing Sealed Bidding Procedures specified in FAR Part 14. The government anticipates an award will be made to a responsible bidder whose bid, conforming to the invitation for bids; will be most advantageous to the Government, considering only price and the price related factors included in the invitation. This anticipated contract will consist of a Base Award Period of one (1) calendar year, and two (2) one year option periods. Total contract period, to include options, shall not exceed three (3) calendar years. Task Orders will range from $2,500.00 to $300,000.00. The total of individual task orders placed against this contract shall not exceed $7,000,000.00. It is anticipated that the solicitation will be available March 23rd, 2020. The site visit (Pre-Proposal Conference) is to be held at 10 a.m. CST, Tuesday April 7th, 2020 at 535 Kearny Ave, Bldg. #338 (Blockberger Terrace - Room 004), Fort Leavenworth, KS. Interested contractors are encouraged to attend and should register with the assigned Contract Specialist, Mr. Alphonso Barnes via e-mail at usarmy.leavenworth.accmicc.mbx.construction@mail.mil. Due to limited space each firm has a limit of two personnel for attendance. The dates contained within the attached Draft Invitation for Bid (IFB) for the Solicitation closing date are estimates only and subject to change. All information, amendments and questions concerning this solicitation will be posted to betaSAM.Gov. Be reminded that interested offerors must be registered in SAM as requirement for competition. To register go to: https://www.beta.gov. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (betsSAM.gov). All inquiries to this Pre-Solicitation Synopsis posting must be in writing, preferable via email to the attention of Mr. Alphonso Barnes at: usarmy.leavenworth.acc-micc.mbx.construction@mail.mil.� Attachments to this Pre-Solicitation Synopsis includes the draft Invitation for Bid (IFB) and applicable attachments also considered a draft version. Attachments to this Pre-Solicitation Synopsis includes the draft Invitation for Bid (IFB) and applicable attachments also considered a draft version.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dff2bf394c3947329e314b48f94525d0/view)
- Place of Performance
- Address: Fort Leavenworth, KS 66027, USA
- Zip Code: 66027
- Country: USA
- Zip Code: 66027
- Record
- SN05577030-F 20200304/200302230205 (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 |