Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2022 SAM #7659
MODIFICATION

Y -- Sources Sought for NASA Michoud Assembly Facility Building, New Orleans, LA

Notice Date
11/17/2022 12:51:12 PM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
23R0003
 
Response Due
12/5/2022 12:00:00 PM
 
Point of Contact
Eric Hurtado, Phone: 2156902571, Jennifer Suit
 
E-Mail Address
eric.j.hurtado@usace.army.mil, jennifer.h.suit@usace.army.mil
(eric.j.hurtado@usace.army.mil, jennifer.h.suit@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at National Aeronautics and Space Administration (NASA) Michoud Assembly Facility in New Orleans, LA. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Michoud Assembly Facility, New Orleans, LA. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing a roof replacement at Building 103 at NASA�s Michoud Assembly Facility (MAF).� The roof covers approximately 30 acres of area.� The general intent of the Building 103 roof replacement project is to remove the existing aging roof membrane system and internal roof gutter system, and install a new hybrid modified bitumen roof system with roof crickets designed to move water to the internal roof drainage system. �The scope of work includes removing the existing modified bitumen roofing system, the existing lightweight precast concrete panel roof deck, existing roof drains, and rotted or damaged timber roof purlins.� The installation of replacement steel purlins, a 3"" steel roof deck, roof drains, rigid insulation, roof penetrations identified to be removed, and a hybrid modified bitumen, and spray on rubber roofing system. �The contractor is to provide flashing at all roof penetrations, roof curbs, wall to roof transitions, or other penetrations, appurtenances, curbs, or other as required to provide a continuous, complete, and coordinated roofing system.� The contractor is to provide all work required to deliver a complete and functioning project at the end of the job free from any and all defects that would negatively impact the long-term performance of the roof to protect the interior environment from leaks water intrusion, moisture intrusion, or other failures related to the roof installation.� The contractor is to provide and coordinate all additional work required to facilitate the roof replacement. �Contractor will only be allowed to remove a maximum of 1500 sq. ft. of the existing roof and structure at any one time unless greater area is approved by contracting officer�s representative. �Contractor to be aware that the scheduled areas of work may not be directly adjacent or consecutive. �Roof must be made weather tight prior to leaving the project site at the end of each day. �Water intrusion during construction shall not be permitted. �Contractor to provide and install all protective measures as required to maintain interior conditions commensurate with typical operational tolerances and requirements. ��The sequencing of areas to receive work shall be in accordance with the approved schedule.� Contractor shall be required to coordinate all construction activities, staging, planned closures, deliveries, general conditions with MAF thru the contracting officer�s representative. �Contractor shall be required to provide detailed schedule information regularly updated to the contracting officer�s representative. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 238160 with a Small Business Size Standard of $39.5 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jennifer.h.suit@usace.army.mil and eric.j.hurtado@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than December 5, 2022. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c56163cadfca43a090fa170172da0363/view)
 
Place of Performance
Address: New Orleans, LA 70129, USA
Zip Code: 70129
Country: USA
 
Record
SN06520467-F 20221119/221117230103 (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.