Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2020 SAM #6959
SOURCES SOUGHT

Z -- Main Roof Replacement

Notice Date
12/16/2020 8:22:36 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
SS-MRR-0001
 
Response Due
1/4/2021 1:00:00 PM
 
Archive Date
01/19/2021
 
Point of Contact
Jennifer Dunne, Phone: 3123538796
 
E-Mail Address
jennifer.dunne@gsa.gov
(jennifer.dunne@gsa.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. This is not a Request for Proposal. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The intent of this notice is to assess industry's small business concerns. � This is strictly market research to determine availability and adequacy of potential sources with the capabilities and experience to perform the required work. The Government is not obligated to and will not pay for information received as a result of this announcement. A request for a solicitation will not receive a response.� The General Services Administration (GSA), Region 05, is seeking a qualified General Contractor (GC) for the Main Roof Replacement Project at the John W. Peck Federal Building in Cincinnati, Ohio. ��SCOPE OF WORK but is not limited to: The purpose of this project is to replace the existing lower main roof of the John Weld Peck Federal Building in Cincinnati. The existing construction of this building is a concrete and steel frame with stone and glass cladding and was built in 1961. The existing main roof structure, as noted in the existing drawings supplied bythe GSA, is a 17-inch deep, concrete waffle deck bearing on concrete wrapped, steel columns. The existing roof system that is being replaced is 32,456 S.F and is approximately seven years old. Test cuts of the existing roof revealed a 2-ply modified bitumen roof over a gypsum cover board over polyisocyanurate insulation with felt facers. This top roof assembly had been installed over a 3-ply built up asphalt roof system over a base sheet mopped over the concrete roof deck. The modified bitumen cap sheet is showing signs of granule based deterioration. The edges of the cap sheet are curling and splitting and the field of the roof is ponding water in several locations. It is the intention of the project to replace all the existing roof drains with new cast iron roof drains and match the roof system of the recently replace upper penthouse roof. This system is a 2-ply, cold applied SBS modified bitumen roof over a gypsum cover board over polyisocyanurate insulation over a temporary roof. In order to simplify maintenance and create a single source for warranty purposes, the recommended manufacturer of the main roof system is Siplast. In addition, the roof slope would be increased to � inch per foot to improve roof drainage.� The constuction cost is between $1,000,000.00 and $5,000,000.00. The anticipated award date is before May 1, 2021. Performance period is 240 calendar days from receipt of onsite Notice to Proceed. Construction is anticipated to begin June 1, 2021. The NAICS Code is 238160 with a small business size standard of $16.5 million.� No other information is available at this time. If you are an interested party and believe you are qualified to act as a General Contractor (GC) for this project, please provide the following information. All information submitted is subject to verification. Additional information may be requested to substantiate the responses.�� 1. A short statement regarding your business� expertise and experience on projects similar in scope and size. 2. Indicate any and all applicable small business representation(s),( 8(a), HUBZone, Service Disabled Veteran Owned, Women Owned, etc.) 3. Do you have bonding capability to cover 100% of the construction cost? 4. Include three projects completed within the last five years similar in size and scope to the work described above. 5. Provide a customer point of contact for each project listed (telephone and email address). 6. Please indicate your intent to bid on a subsequent solicitation.�� All information submitted will be subject to verification and additional information may be requested to substantiate responses. Interested firms should submit the above information to Jennifer Dunne, Contract Specialist, at jennifer.dunne@gsa.gov. An electronic submission is�required. Your submission should be no longer than 10 pages. Responses are due by 3:00 PM CST on January 4, 2021.�� NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is beta.sam.gov/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8fb6931ef02646bdabc15aa62bcdd822/view)
 
Place of Performance
Address: Cincinnati, OH 45202, USA
Zip Code: 45202
Country: USA
 
Record
SN05875990-F 20201218/201216230151 (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.