Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2025 SAM #8567
SOLICITATION NOTICE

Y -- W912DQ25QA007 Roof Replacement at Rathbun Lake

Notice Date
5/9/2025 9:31:37 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ25QA007
 
Response Due
6/25/2025 9:00:00 AM
 
Archive Date
07/10/2025
 
Point of Contact
Christopher W. Anderson, Phone: 8163893850
 
E-Mail Address
Christopher.W.Anderson@usace.army.mil
(Christopher.W.Anderson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Rathbun Lake Project Office Roof Replacement The U.S. Army Corps of Engineers (USACE), Rathbun Lake project office needs a roof replacement. The existing roof is a 40 plus year-old built-up roof (BUR). The Contractor must provide all labor, materials, equipment, and supervision to remove and replace the BUR roof with a standing seam roof, remove and replace the guttering and downspouts, and incidental related work and materials. Project is broken into a Base CLIN and a single Optional CLIN. Optional CLIN may or may not be exercised as part of the Contract. The standard workday is 7:00am to 4:30pm Monday thru Friday, excluding Federal holidays. Work hours may be adjusted with approval of the Contracting Officer Representative (COR) or Operations Project Manager. Work will not be allowed on weekends unless approved in advance by the COR. The Contractor shall minimize environmental pollution and damage that may occur as the result of construction operations. The environmental resources within the project boundaries and those affected outside the limits of permanent work shall be protected during the entire duration of this contract. The Contractor shall comply with all applicable environmental Federal, State, and local laws and regulations. The Contractor shall be responsible for any delays resulting from failure to comply with environmental laws and regulations. During Construction, the Contractor shall be responsible for identifying, implementing, and submitting for approval any additional requirements for environmental compliance. A detailed Statement of Work will be provided with the Solicitation. The estimated period of performance for completion of the awarded contract is 180 calendar days from the Notice to Proceed (NTP). The estimated magnitude of this project, including all option contract line items (CLINs), is between $25,000 and $100,000. This procurement will be conducted using 100% Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 238160 for Roofing Contractors. The solicitation is expected to be available not less than 15 days of this notice, but within the next 60 days, and proposals are expected to be due at least 30 days after solicitation release date unless solicitation amendments extend the due date and time. The due date and time will be specified in the solicitation. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the Pre-Solicitation Announcement will be modified accordingly. There will be a site visit planned for this solicitation. The details to attend the site visit will be included in the solicitation. Bid Bonds will be required in the amount of 20% of the bid price or $3,000,000, whichever is less. Payment and Performance Bonds will be required for the full amount (100%) of the awarded contract before NTP can be issued. The contact information to submit technical inquiries and questions relating to the solicitation will be provided on the solicitation when it is made available. If you have questions about Government procurements in general or need assistance in the preparation of proposals, assistance may be available through the APEX Accelerators program (formerly known as the Procurement Technical Assistance Program). This program was originally authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To find an APEX Accelerator near you, go to https://www.apexaccelerators.us/#/. (You may need to scroll down the page on the Apex Accelerator website to access the search function.) This is a free service by a nonprofit paid for by the U.S. Government. Interested offerors must have an active registration in the System for Award Management (SAM) database prior to submitting proposals. Firms can register through the https://www.sam.gov/SAM/ website to create or update their SAM.gov accounts. Proposals from contractors without an active SAM registration will NOT be considered for award. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.gov registration is free of charge. For assistance with SAM.gov registration, please visit https://www.aptac-us.org/sam-registration/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25b56ce1f2a944e8af76ff0580987a1c/view)
 
Place of Performance
Address: Centerville, IA 52544, USA
Zip Code: 52544
Country: USA
 
Record
SN07437852-F 20250511/250509230047 (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.