Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2024 SAM #8292
SOLICITATION NOTICE

Z -- FMC Rochester - Replace Bldg. 2, 4 & 10 Roofs

Notice Date
8/8/2024 4:56:43 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA024B00000022
 
Response Due
10/2/2024 10:30:00 AM
 
Archive Date
10/17/2024
 
Point of Contact
Trisha Holm, Phone: 2025986052
 
E-Mail Address
tmanderson@bop.gov
(tmanderson@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRE-SOLICITATION SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15BFA024B00000022 for the award of a firm-fixed-price construction contract for a project entitled Replace Bldg. 2, 4 & 10 Roofs at the Federal Medical Center (FMC) Rochester, located in Rochester, Minnesota. FMC Rochester is a federally owned facility located at 2110 East Center Street, Rochester, MN 55904. The project consists of the following: FMC Rochester has a requirement for a new roof on Buildings 2, 4 & 10. The existing built-up roofs were originally installed over 34 years and have exceeded the useful life. FMC Rochester has developed construction documents for the solicitation of construction services from a professional contractor. Contractor�s workers, supervisor�s and disposal personal, whoever comes inside the secure perimeter will need to pass a background check. Contractor is responsible for obtaining any required permits from the state, providing a copy of the permit to the institution (if required). Install new R-44 installation sloped to roof drains. Install an ethylene propylene diene monomer (EPDM) roofing membrane .060� using the standard installation details. Remove existing parapet capping and install new parapet capping. Remove all old flashing that is not required. The installation of new termination bar at top of membrane flashing. Contractor is responsible for the remove and dispose of existing roofing to concrete deck. Patch/caulk cracks in the existing decking. Contractor is to follow the manufactures recommendations to determine whether glue or pinning application of the roofing material to the concrete deck is sufficient. Flash all curbs, parapets, and penetrations to manufactures specifications. Include new custom fabrication scuppers. Include new custom fabricated counter flashing at existing roof top unit curbs as required. Include new custom fabricated sheet metal jacks as required. See the Statement of Work/Specifications attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work. The performance period for the project will be 840 calendar days from the issuance of the notice to proceed. The North American Industrial Classification System (NAICS) code applicable to this requirement is 238160 (Roofing Contractors) with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 to $5,000,000 (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The solicitation will be available approximately August 23, 2024.� The solicitation will be distributed solely through the Contract Opportunity website at https://sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in) AND may require a specific role or domain linked to your registration. If you encounter problems requesting access to these documents, please contact the Federal Service Desk at 866-606-8220. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at https://sam.gov. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. This is a 100 percent small business set-aside. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your registration and view the table therein listing NAICS codes and your indicated business size relative to the assigned NAICS code above). Each bidder's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their SAM registration and update as necessary, including the size metrics information. This synopsis is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of this project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of the contract with subcontractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/daf049cc276c4a11a7f3ccb0932a37f0/view)
 
Place of Performance
Address: Rochester, MN 55904, USA
Zip Code: 55904
Country: USA
 
Record
SN07162377-F 20240810/240808230119 (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.