Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2002 FBO #0207
SOURCES SOUGHT

99 -- ROOFING REPLACEMENT PROJECT AT THE SALT LAKE CITY AIR ROUTE TRAFFIC CONTROL CENTER LOCATED IN SALT LAKE CITY, UTAH

Notice Date
6/25/2002
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A9 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFA11-02-R-00046
 
Response Due
7/10/2002
 
Point of Contact
Michael Todd, (425) 227-1179
 
E-Mail Address
Email your questions to Michael.R.Todd@faa.gov
(Michael.R.Todd@faa.gov)
 
Description
Solicitation No. DTFA11-02-R-00046 Screening Information Request (SIR) for the Roofing Replacement Project, located at the Air Route Traffic Control Center, Salt Lake City, Utah Point of Contact: Michael Todd, Contracting Officer, (425) 227-1179. fax (425) 227-1055. The purpose of this Screening Information Request (SIR) is to seek competent and qualified contractors to replace damaged roof This project involves the partial removal, repair, and recovering of the existing roof system with a PVC single ply mechanically fastened roof system. The existing roof systems vary between single ply membrane roof with fiberboard insulation, built-up bitumen and gravel and metal plate. Existing membrane is to be removed, new protection board installed and new single ply roof membrane and flashing system installed. Existing roof insulation is to be reused except where noted on the plans or where it is determined that the existing insulation is unsuitable. The contractor shall provide a complete roof membrane system fully warranted by the manufacturer. Special Requirements: The roof areas are not known to contain any asbestos. (a) Manufacturer?s Qualifications ? Evidence that the primary products including membrane sheet, flexible flashing, and adhesives are from a single manufacturer who has produced that type of product for no less than 5 years. Acceptable roofing system manufacturer is Sarnafil. (b) Installer Qualifications ? Evidence that a single installer/firm performing work can demonstrate successful experience and is approved by Sarnafil in installation of their single ply PVC membrane roofing systems, and shall be acceptable or licensed by the manufacturer of primary roofing materials for a minimum 10-year warranty. (c) Installer Field Supervision ? Evidence that the supervisor/foreman has a minimum of 5 years experience in roofing work similar in nature and scope to the specified roofing. All work must be coordinated in order to maintain an operational facility. The total contract duration for completion of all work shall be 60 calendar days, excluding inclement weather. Perspective bidders MUST perform a site visit to assess the actual roof conditions before submitting a bid. Site visits can be arranged by contacting Chuck Adams at 801-320-2380. The primary SIC code for this project is 1761, NAICS code is 235610. Estimated price range is $100,000 to $500,000. The estimated issuance date for the Request for Offers (RFO) is July 1, 2002 with offers due July 17, 2002. Requests must be submitted in writing to Mike Todd, FAA, ANM-53A9, 1601 Lind Ave., SW, Renton, WA 98055, Fax: (425) 227-1055. CLAUSES AND PROVISIONS 3.3-1 Clauses and Provisions Incorporated by Reference (August 1997) This screening information request (SIR) or contract, as applicable, incorporates by reference one or more provisions or clauses with the same force and affect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http//fast.faa.gov (on this web page, select ?toolsets?, then ?procurement toolbox?) 3.3.1-10 Availability of Funds 3.9.1-1 Disputes 3.9.1.2 Protest After Award Prospective offerors are hereby notified that employees of A.I.M. Incorporated, a private contractor to the Government, may be used in evaluating offers received under this SIR.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00099199-W 20020627/020625213133 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.