SOLICITATION NOTICE
Z -- Roof Repair
- Notice Date
- 3/24/2020 12:35:32 PM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- USDA ARS PWA DKI USPBARC HILO HI 96720 USA
- ZIP Code
- 96720
- Solicitation Number
- 12925520R0002
- Response Due
- 4/7/2020 2:00:00 PM
- Archive Date
- 04/22/2020
- Point of Contact
- Carlee Wehrsig, Purchasing Agent, Phone: 808-932-2120, Jeffery Ridenhour, Phone: 309-363-5914
- E-Mail Address
-
carlee.wehrsig@usd.gov, jeffery.ridenhour@usda.gov
(carlee.wehrsig@usd.gov, jeffery.ridenhour@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service, Daniel K. Inouye Pacific Basin Agricultural Research Center, 64 Nowelo St, Hilo, HI., 96720. A Request for Proposal will be issued on the beta.sam.gov website (formerly known as Federal Business Opportunities � FBO.gov) on or about April 7, 2020 for construction project, Sika Sarnafil Roofing System Repairs in at the Daniel K. Inoye Pacific Basin Agricultural Research Center in Hilo, Hawaii. This announcement is a total set-aside for Small Business Concerns. The USDA is seeking a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the Contract documents, Plans, and Specifications, summary of which is provided below: This project contains Items as listed below: Work includes the repair of a leaking section of laboratory roof consisting of a Sika Sarnafil PVC roof system, in the USDA Daniel K. Inouye Pacific Basin Agricultural Research Center in Hilo, Hawaii. Other incidental work will include some cleaning and other site work.� OPTION 1 will include cleaning of the exisiting Sika Sarnafil roofing lapses where suspected water infiltration is occurring with Sika Sarnafil membrane cleaner.� The repair will include adhering a new 6� wide reinforced membrane over the existing roofing lapse with bonding adhesive, and heat weld lapse edges to existing roof membrane. This process will be repeated through the remainder of the specified OPTION 1 section.� Any edge flashing will need to be properly sealed as required.� A map of the section identified as OPTION 1 will be provided.� OPTION 2 will include cleaning of the exisiting Sika Sarnafil roofing lapses where suspected water infiltration is occurring with Sika Sarnafil membrane cleaner.� The repair will include adhering a new 6� wide reinforced membrane over the existing roofing lapse with bonding adhesive, and heat weld lapse edges to existing roof membrane. This process will be repeated through the remainder of the specified OPTION 2 section.� Any edge flashing will need to be properly sealed as required.� A map of the section identified as OPTION 2 will be provided.� Completion Time: 60 calendar days after receipt of the Notice to Proceed. Prior to commencing work, thecontractor receiving award shall provide proof that an OSHA certified ""competent person"" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 238160 � Roofing Contractors and size standard $15 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $25,000 and $100,000. The government intends to award a Firm Fixed Price Contract in April 2019. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation on www.beta.sam.gov. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at www.beta.sam.gov (formerly known as the Federal Business Opportunities (FBO) website) on or about April 7, 2020 with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and proposal due date, will be available in the solicitation. No other site shall be used to obtain these documents. All interested offeror's (prime contractors & subcontractors) should register at www.beta.sam.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the www.beta.sam.gov website. Offeror's are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments and should re-visit www.beta.sam.gov website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications at www.sam.gov shall be registered in the System for Award Management database at http://www.sam.gov prior to submitting an offer. Address ALL questions in WRITING to the issuing office via email to carlee.wehrsig@usda.gov. No telephone inquiries will be accepted. No other information regarding scope, dates, etc. is available until issuance of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/440ad422d68e46419a3c572ceb98eb89/view)
- Place of Performance
- Address: Hilo, HI 96720, USA
- Zip Code: 96720
- Country: USA
- Zip Code: 96720
- Record
- SN05598653-F 20200326/200324230144 (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 |