SOURCES SOUGHT
99 -- Powerhouse and Dam Pump Room Roof Replacement, Russel Dam, Elberton, Georgia
- Notice Date
- 5/3/2021 8:14:10 AM
- Notice Type
- Sources Sought
- Contracting Office
- US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN21S5008
- Response Due
- 6/3/2021 8:00:00 AM
- Archive Date
- 06/18/2021
- Point of Contact
- Amy L Collins, Phone: 9126525505, Fax: 9126525828, Whittni C. Hiscox, Phone: 9126525476
- E-Mail Address
-
Amy.L.Collins@usace.army.mil, whittni.c.hiscox@usace.army.mil
(Amy.L.Collins@usace.army.mil, whittni.c.hiscox@usace.army.mil)
- Description
- This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement,�nor is it a Request for Proposal. This request does not obligate the Government in any contract�award. The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought�synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for civil works construction. The result of this market�research will contribute to determining the method of procurement. The applicable North�American Industry Classification System (NAICS) code assigned to this procurement is 238160�� Roofing Contractors. The contractor will complete the removal and replacement of the entire existing two-ply Granule�surfaced modified bitumen roof system and walking pads on all roof areas of the�Powerhouse/Visitor Center Building. The contractor will replace the roof with a new 90-mil 1-ply EPDM roof system complete with associated flashings, insulation, sheet metal components�and accessories necessary for a watertight roof system. EPDM shall be white in color to reflect�solar radiation. New roof shall provide a minimum R value of R-30. New roof system shall�drain naturally into existing drains and not hold standing water. Remove existing roof wall and curb flashings. Remove existing EPDM on all parapet walls. Install new �� heavy duty cover�board on both the horizontal and vertical surfaces of all parapet walls of Powerhouse Roof. New�60-mil white EPDM will be installed over the cover boards with bonding adhesive.�Walkboards/Walkpads shall be included and will match existing powerhouse layouts around�HVAC units, exhaust fans, upstream and downstream parapet wall, ladder crossovers, and roof�access hatch. EPDM walkway pads or equivalent shall be used. Walkboards/walkpads shall also�be white in color if available. The contractor shall remove and replace the entire existing insulated tar and gravel built-up roof�systems on concrete deck on dam pump room. Remove existing pump room roof wall and curb�flashings. Remove existing roofing of all parapet walls. Install new �� HD cover board on�both the horizontal and vertical surfaces of the parapet walls of Dam Pump Roof area. New 60-mil white EPDM will be installed over the cover boards with bonding adhesive. Replacement�with a new 90-mil 1-ply� EPDM� complete� with� associated flashings, insulation, sheet metal�components and accessories necessary for a watertight roof system. EPDM shall be white in�color to reflect solar radiation. New roof shall provide a minimum R value of R-30. New roof�system shall drain naturally into existing drains and not hold standing water.�Walkboards/walkpads shall be installed on Dam Pump Roof from the East side of the roof�around exhaust fan. White EPDM walkway pads or equivalent shall be used.��Walkboards/walkpads shall also be white in color if available. A Minimum 20-year, no dollar limit, labor & material warranty from the manufacturer shall be�provided. All demolished roofing material shall be removed and properly disposed of by�the contractor. Power plant work hours are 06:00 to 16:30 M-Thurs. Contractor may be allowed to work on roof�outside of plant staff work hours if accessing from outside powerhouse with temporary exterior�stairs or approved lift. Contractor should work from South Carolina side to the Georgia side.�Staging and access will be from the Georgia side, downstream of the Visitor Center. Safety is in accordance with the latest edition of the EM 385-1-1. A fall protection plan and qualified Site Safety and Health Officers (SSHO) will be required. Airborne irritants and high Volatile Organic Compound (VOC) products will only be used when coordinated with the plant staff to prevent intrusion into the powerhouse HVAC system. If you are interested in this project and/or your organization has the potential capacity to perform these services, please submit the following to the Point of Contact (POCs) information listed below: 1. Name and Address of your firm 2. Point of Contact (name/phone/email) 3. Company website 4. Data Universal Numbering System (DUNS) number (http://www.dnb.com) 5. Commercial and Government Entity (CAGE) code https://cage.dla/mil 6. Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (https://www.beta.sam.gov). 7. Bonding capability for your firm in terms of single and aggregated bonding. 8. Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Please state if you have experience in industrial or commercial roof replacement or construction. If significant subcontracting (self-performance is less than 15%) or teaming is anticipated in order to deliver technical capability Attachments:� RBR Powerhouse Roof Scope Pic 1 � � � � � � � � � � � � RBR Powerhouse Roof Scope Pic 2�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c2145b00bff44e40ab468ef6b48f0aca/view)
- Record
- SN05990204-F 20210505/210503230118 (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 |