Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2020 SAM #6945
SOURCES SOUGHT

99 -- The National Institute of Standards and Technology (NIST) Roof Replacements and Repairs.

Notice Date
12/2/2020 7:47:20 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
SS21-05
 
Response Due
12/31/2020 12:00:00 PM
 
Archive Date
01/15/2021
 
Point of Contact
Abdul-Kudus Yahaya, Phone: 3019758497, Sandra Smith, Phone: 301-975-6646
 
E-Mail Address
abdul-kudus.yahaya@nist.gov, sandra.smith@nist.gov
(abdul-kudus.yahaya@nist.gov, sandra.smith@nist.gov)
 
Description
Title: The National Institute of Standards and Technology (NIST) Roof Replacements and Repairs. SOURCES SOUGHT NOTICE THIS IS SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR A REQUEST FOR QUOTATIONS AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE. The purpose of sources sought notice to determine the availability of Small Businesses (e.g., 8(a), Service-disabled veteran owned small business, HUBZone small business, Small disadvantaged business, Veteran-owned small business, and Women-owned small business) under NAICS code 238160 �Roofing firms with a small business size of $16.5 million. All business organizations (SB SDB, WOSB, HUBZone, VOSB and SDVOSB) are encouraged to respond to this notice. Based on the capability statements received in response to this sources sought notice this acquisition may be solicited as a 100% small business set-aside. NIST is seeking to identify Roofing firms with the following capacity and experience as listed below: 1.Total roofing replacement of an existing roofing system, with new built-up roofs, of at least 36,000 SF minimum, including replacing insulation, flashing, coping and/or edge metal, scuppers, and roof drains. 2.Total roofing replacement of an existing roofing system on a Manufacturing, Medical, or Laboratory type building which houses specialized scientific tools, equipment, and/or instrumentation and has specific ancillary components such as fume hoods, exhaust vents, and air scrubber vents. Laboratory experience shall be in a Federal, State, or commercial facility. High school laboratories shall not be considered. 3.The contractor shall have roofing construction experience with a project cost of $300k or greater. 4.The type(s) of roofing work that may be required (but not limited to) of the contractor are as follows: Remove existing built-up roof with gravel topping down to existing deck Provide new tapered insulation and new multi-ply built-up roof (cold applied or hot applied) of at least 36,000 SF Provide new edge metal and flashing Replace or repair existing roof drains Repair existing EPDM and TPO single ply roof systems Repair existing built-up roof with gravel topping All work shall be in compliance with Federal, State, and Local requirements, as well as the current editions of the International Building Code (IBC), American Society of Civil Engineers Standard 7 - Minimum Design Loads for Buildings and Other Structures (ASCE 7), and Factory Mutual (FM) Design Standards and Performance Requirements. 5. Interested Parties Interested, capable roofing firms may submit a capability statement in response to this Sources Sought Notice, including, at a minimum, the following: A. Offeror's name, address, points of contact with telephone numbers and email addresses. B. Business information to include DUNS Number, type/size of company, NAICS code, and Social Economic status (SB SDB, WOSB, HUBZone, VOSB or SDVOSB) as validated via the System for Award Management (SAM) at https://www.sam.gov. C. Technical discussion of the firm's ability to perform the type of services described above.� See paragraph 4 �A� through F � ensure to include built up roof sizes (SF) previously completed D. List Bonding capacity � single and aggregate 6. Responses Responses are requested with the following information, which shall not exceed a total of 10 pages. Once the results of this market research are obtained and analyzed for NIST's minimum requirements, NIST may solicit a competitive procurement and subsequently award a single IDIQ contract or multiple IDIQ contracts. Monitor https:\\beta.sam.gov for all future contract announcements from NIST. No phone calls will be accepted for this notice. All questions may be addressed to abdul-kudus.yahaya@nist.gov. The synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the capabilities analysis. All information submitted in response to this announcement must arrive on or before the closing date. All capability statements shall be submitted via e-mail to the point of contact listed below. Responses must be submitted no later than December 31, 2020. Documentation should be sent via email to: Primary Point of Contact.: abdul-kudus.yahaya@nist.gov� Secondary Point of Contact: sandra.smith@nist.gov Contracting Office Address: 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg, Maryland 20899-1640 United States.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5061c7574b1049ba90b3266a7ccd9c25/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN05865199-F 20201204/201202230142 (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.