Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2020 SAM #6688
SOURCES SOUGHT

Z -- Point Roberts Roof Replacement

Notice Date
3/20/2020 8:53:44 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0019
 
Response Due
4/3/2020 1:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Jong Kim, Phone: 2062319171, Kimberly M Johnson, Phone: 2537097780
 
E-Mail Address
jong.kim@gsa.gov, kimberlym.johnson@gsa.gov
(jong.kim@gsa.gov, kimberlym.johnson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Source Sought Notice Point Roberts LPOE Roof Replacement � Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. This notice does not preclude a large business from submitting their capabilities statement and interest to the project. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 238160�� Roofing Contractors. The small business size standard for NAICS code 238160 is $16.5M in average annual receipts over the past three (3) years. General Information The Point Roberts LPOE (Land Port of Entry) is located at:��50 Tyee Dr. Point Roberts, WA 98281. Due to the geographical location of the Point Roberts LOPE, the Contractor shall possess Government issued photo identification such as U.S. Passport, U.S. Passport Card, Enhanced Driver�s License, or NEXUS Card in order to cross the U.S. and Canada border Scope Summary Land Port of Entry (LPOE) operates 24 hours a day and processes travelers entering the U.S. from Canada. Water has been leaking into the occupied space and the roof is close to the end of its service life. The roofs to the south and west are sloped towards the building. Gutters were constructed to collect the water, but we suspect that the standard flashing details were not designed to account for the reverse slope of the roof. The west roof has wide flashing caps which may direct water towards the interior of the building. The scope of this project is limited to redesign, remove and replace the existing standing seem metal and membrane roofing over the main building. Work may include removing the existing skylights, gutters and flashing. Pay special attention to the locations where beams, slabs, columns, gutters and roofs overlap in the middle of the building. The roof over the inspection lanes to the south does not require replacement at this time. Additional information shall be provided during Pre-solicitation and Solicitation Phases. Design: Locate all existing roof leaks and verify with testing to confirm. Design new metal roofing and all flashing details for the main building. Retrofit structure to support roofing where existing skylights are. New TPO roofing in the two mechanical areas. Re-design ceiling and lighting for the interior spaces that will be affected by removing the skylights. Preconstruction and Inspections: Preconstruction meeting. After design drawings have been accepted by GSA, coordinate and schedule a preconstruction meeting between GSA, Contractor and CBP to review installation procedures and coordinate the demolition and installation of the new roof. Initial inspection. Schedule inspection with GSA PM/COR when a representative sample of roofing, flashing etc. is scheduled to be installed to ensure that the installation is constructed per the design and manufacturers documents. Follow up Inspection. Periodic inspections may be conducted by GSA during construction Punch List Inspection. Performed punch list inspection with GSA, CBP and contractor when construction is substantially complete. Construction: Install roofing, ceiling and lighting per the accepted design documents. Minor mold remediation on the 2x6 studs directly below the parapet wall. Minimize impact on 24/7 CBP operations. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build�contract for the Point Roberts LPOE Roof Replacement, located in Point Roberts, WA pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). The DB team will be selected through a best value selection process.� During the development period from initial concept to final design the DB team will work in close consultation with GSA and stakeholders to ensure that all of the goals are addressed and that best value practices are utilized. GSA will provide technical documents to the interested vendors accompanying the solicitation documents. Design package shall include Scope of Work, Specifications, Roof Plans and any additional technical documents. Unique Situations/Risks � The facility location, coupled with the need for continuous operation during construction, present unique challenges for the design/build teams on the project. Facility will remain fully occupied and operational during the entire project. Life safety of the tenants will be protected at all times. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction The replacement of the TPO roof at the LPOE Point Roberts, WA must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public. This presents several challenges that will have to be addressed by the designer and/or design/build team. All work in public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages.�The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include:� 1. Company Identification a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout (www.beta.sam.gov). e) Size/number of employees. 2. �A statement describing the company's interest in performing the work. 3. �Organization chart to include both the design & construction team. 4. �Capabilities and experience with federal projects in design build construction of a complete roof replacement in the $500K - $1M range.� Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past five (5) years. 5. �Previous occupied facilities construction experience is essential. 6. �Statement of capability to bond for a project in the $500K - $1M range. 7. �Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Please review the attached Scope Questionnaire.� This information provides industry knowledge to the Project Team.� Any recommendations, comments should be included with your submission. Responses should be emailed not later than the date specified in this source sought notice as follows:�jong.kim@gsa.gov and kimberlym.johnson@gsa.gov. Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email not later than 1:00 p.m. Pacific Time,�April 3, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/668890cc7dc1469da654de8f0dadbb57/view)
 
Place of Performance
Address: Point Roberts, WA 98281, USA
Zip Code: 98281
Country: USA
 
Record
SN05596211-F 20200322/200320230146 (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.