Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2005 FBO #1257
SOLICITATION NOTICE

99 -- Roofs Repairs/Replacement Bldg. 1060 & 1215

Notice Date
3/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Fort Worth, NAS JRB Fort Worth 1215 Depot Avenue, Fort Worth, TX, 76127
 
ZIP Code
76127
 
Solicitation Number
N62467-05-R-8814
 
Response Due
3/22/2005
 
Point of Contact
Ersilia Yurmann, Contracting Officer, Phone 817-782-6368, Fax 817-782-7680, - Gloria Estrada, Contracting Officer, Phone 817-782-7086, Fax 817-782-7680,
 
E-Mail Address
yurmannee@efdsouth.navfac.navy.mil, estradagf@efdsouth.navfac.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation N62467-05-R-8814 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. This requirement is advertised as an unrestricted acquisition. Estimated cost for this requirement is between $250,000.00 and $300,000.00. This proposal is issued for the following items: CLIN DESCRIPTION QTY U/I U/P AMNT 01 Replace/Repair Roof 1 Lt $ $ Bldg. 1060 & 1215 02 Performance & Payment Bonds 1 Ea $ Description of Supplies/Services: The work is a combination of Fluid Applied Elastomeric Roofing System and removal and replacement of existing roofs for Bldg. 1060 & 1215, where applicable, as indicated in the drawings. The surface preparation, installation details, and finish thickness of the Fluid Applied Elastomeric Roofing System shall be as recommended by the system manufacturer data for the specific project. The work also includes the removal and replacement of the remaining roof systems. Contractor shall furnish all equipment, material, and labor. Contractor’s furnished material shall include manufacturer data for the following: 1) Shingles, 2) Underlayment, 3) Flashing, 4) Vent Flashing, and 5) Drip Edge. In addition, the Contractor shall be required, as part of the roof replacement to: 1) Sweep/spud ballast clean, 2) Remove built-up roofing, 3) Remove insulation boards, 4) Remove flashing, 5) Install 2” perlite insulation, 6) Install 2 ply membrane flashing, and 7) Install 4 ply bituminous membrane. Daily, the Contractor will be required to clean up and dispose of all debris resulting from the removal of roofing material, and prevent the spread of dust an debris to occupied portions of the building. Material used shall be of quality used for the purpose in commercial practice. Items not specified but required for the proper installation or repair of a specified item or work shall be provided. The Contractor furnished material shall include any associated equipment and appurtenance required to perform the contract properly and in accordance with the manufacturer’s recommendations and methods. The Contractor shall provide a written statement from the manufacturer of the Elastomeric Roofing System that the Contractor is an approved applicator. This statement shall be signed by an officer of the company and shall be included with the Technical Proposal. It is the Offeror’s responsibility to provide all permits required for the installation of the Roofing System. Government will not provide any permits. Period of performance for this requirement is 90 days from date of award of contract. Offerors shall state, in their offer, their best completion time not to exceed 90 days. Due to the hazardous work involved in the application of the system the Offeror awarded this contract will be required to submit a Quality Control Plan and a Safety Plan. Both Plans have to be approved prior to commencement of work. Without the required approvals no work will be authorized. The 90 days period of performance includes preparation, submittal, and approval of the Plans. Detailed specification for the plans will be given to the Offerors attending the site visit or may be provided upon request. The work shall be executed in such a manner as to cause the least interference with the normal functions of the Government activity. Certain areas will be vacated for period of time as necessary for the Contractor to perform certain work; however the remaining building will be occupied during the course of the work. A schedule shall be required for approval of the sequence of work. The Contractor will be required to have on site the material, equipment, tools, and workmen to avoid any delays. Material will be inspected to ensure compliance with the specification. The Contractor shall be required to protect all areas, equipment, fixtures and finishes. If damage to items during the course of the contract will be repaired or replace at no additional cost to the Government. If during the performance of the contract deteriorated materials of a major nature be uncovered shall be brought to the attention of the Contracting Officer. The Contractor shall make no repairs or replacement without approval of the Contracting Officer. Performance for this requirement is at the Naval Air Station Joint Reserve Base, Fort Worth, Texas. A site visit is scheduled for 22 March 2005. All Offerors interested in this acquisition are required to meet at 09:30 AM at the NAS Contracting Office, Bldg 1215. NAS/JRB Fort Worth is a controlled access Military Installation. All Offerors requiring access to the Base are required to e-mail the name of the person(s) that will attend the site visit and the Company for which the person(s) work. Please send name(s) of attendees 3 days prior to the site visit. Provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, with the following addendum applies to this acquisition: The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all Offerors; to award the contract to other than the Offeror submitting the lowest total price; to award to the Offeror submitting the highest technically rated proposal or the lowest price proposal; and to award to the Offeror submitting the proposal determined to be most advantageous (best value) to the Government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors are requested to propose their most favorable price and technical terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals; however, the Government reserves the right to clarify certain aspects of the proposals or conduct discussions providing an opportunity for the Offerors to revise their proposal. Contractors are required to provide Performance and Payment Bonds. Said Bonds must be for 100% of the Contract award. The Davis-Bacon Act Wage Determination is applicable to this contract. Contractor must ensure that its labor force hourly rate is, at least, the applicable hourly rate determined by Wage Determination No. TX030061 for Tarrant County, dated 03/04/2005 applies to laborer’s wages and is available upon request. The provisions of FAR Clause 52.222-6 “ Davis-Bacon Act (Feb1995)”, FAR Clause 52.246-21 “Warranty of Construction (April 1984), and FAR Clause 52.228-15 “Performance and Payment Bonds-Construction (July 2000)” apply. Provisions of FAR Clause 52.212-2, Evaluation Commercial Items (1/99), do not apply to this acquisition. The evaluation process to be used is described below: Evaluation Process: Award will be made to the responsible contractor whose offer conforms to this request and is determined to be the most advantageous to the Government considering price and non-price factors. Accordingly, the Government reserves the right to award to other than the low Offeror based on the following criteria: Technical Proposal Total Evaluated Price Proposal Technical Proposal is significantly more important than price and consists of the following factors: Factor A – Past Performance 50% Factor B – Technical Merit 50% Technical proposal shall not exceed 20 single sided pages of 8-½ X 11-size papers with 12 pitch. Brochures or other pre-printed material may be submitted. If pre-printed material is submitted it is required to be included in the 20 pages. The Technical Proposal will be evaluated using the following rating criteria: Exceptional (E) – The proposal exceeds the requirements and provides an exceptional or outstanding approach that fully satisfies the Government requirements. A complete understanding of the solicitation is demonstrated. Award could be made without exchanges with the Offeror. The Contractor demonstrates an excellent Experience Modifier Rate (EMR) and OSHA Incident Rate. Acceptable (A) – The proposal fully satisfies the requirements and demonstrates a good understanding of the solicitation. All elements are adequately addressed. Minor weaknesses may be noted, however, award could be made without exchanges with the Offeror. The Contractor demonstrates an acceptable EMR and OSHA Rate Marginal (M) – The proposal does not fully meet the requirements. Minor deficiencies are identified which could indicate an insufficient understanding of the requirements. With minor revisions or clarifications the proposal has a reasonable chance of becoming technically acceptable. The Contractor demonstrates a marginally acceptable EMR and OSHA Rate. Unacceptable (U) – The proposal fails to satisfy the requirements and the approach contains an unacceptable level of risk to the Government. Major deficiencies have been identified which would require major revision or re-write. Without major revision or re-write the proposal does not have a reasonable chance of becoming technically acceptable. The Contractor demonstrates an unacceptable EMR and OSHA Rate Factor A – Past Performance: The Government will evaluate the quality of the Offeror’s past performance. The Government will consider recent, relevant sources, context, and trends. Past performance will be used as a means of evaluating the relative capability of the Offeror to successfully meet the requirements as set forth in this solicitation. The Government reserves the right to obtain information in the evaluation of past performance from any and all sources. Offerors must provide the following information regarding past performance: submit information on up to three projects that demonstrate performance on work that is similar in scope, size (or larger) and complexity to the work described in this solicitation. Past performance information must include: location where work was performed, point of contact and point of contact telephone number, and contract number. Include construction awards, customer letters of commendation, etc., with point of contact and telephone numbers. Submit Experience Modifier Rate and OSHA Incident Rate for the past three (3) years. If there are extenuating circumstances concerning your rating, provide background information and references for validation. Factor B – Technical Qualifications: Offeror must submit the design layout of the proposed work, material to be used, and the technical solution for the overall work completed. Provide surface preparation requirements and installation details from the manufacturer of the proposed roofing system. The Government requires a ten (10) year warranty on the roofing system. Warranty periods offered in excess of the minimum specified will receive favorable consideration. Minimum Warranty: Manufacturer’s standard warranty for the roofing system shall be provided for not less than 10 years from acceptance of the work, for material and labor. Warranty shall state that manufacturer shall repair or replace defective materials if the roofing system leaks during the period of the warranty. Price Proposal: Offerors are required to submit the price proposal for CLINS 01 and 02 in a separate sealed envelope marked “Price Proposal, RFP N62467-05-R-8814 ATTN: TO BE OPENED BY ADDRESSEE ONLY. Full text of the clauses referenced in these document may be accessed electronically at these addresses: http://www.arnet.gov/far Offerors are required to include a complete copy of the provision at FAR Clause 52.212-3 Offeror Representations and Certifications – Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions – Commercial items, applies to this acquisition. In accordance with sub-paragraph (s)(4) the following additional instructions and conditions apply: Unless you offer a longer period of time, in accordance with FAR Clause 52.212-1, Instructions to Offerors – Commercial items, paragraph c, proposals shall remain valid for a period of 60 days. The following payments may be made during the sixty-days (60) performance time: 1) Contractor may submit request for payment for the cost of the bonds as soon as the Bonds have been approved and Contractor is notified. Request for payment for cost of bonds must include proof of payment to the surety, 2) payment shall be for CLIN 01 and submitted upon receipt and delivery of material, and 3) payment shall be made after inspection and acceptance of the completed work. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, apply to this acquisition. Additional FAR Clauses applicable to this requirement are at paragraph (b) (1), (7), (11), (12), (13), (14), (15), (18), (21), and paragraph (c) (1), (2), (3) of FAR Clause 52.212-5. Offerors will submit five (5) copies of the technical proposals and 3 copies of the price proposal and mail to: ROICC – Fort Worth ATTN: Ms. Ersilia E. Yurmann 1215 Depot Avenue Naval Air Station Joint Reserve Base Fort Worth Texas 76127-1215 For information regarding this solicitation contact Ms. Ersilia E. Yurmann at (817) 782-6368 or e-mail to: ersilia.yurmann@navy.mil Written proposals shall be submitted so as to arrive not later than 1400 hours, 07 April 2005. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467U/N62467-05-R-8814/listing.html)
 
Place of Performance
Address: Naval Air Station-Joint Reserve Base Fort Worth, Texas
Zip Code: 76127
 
Record
SN00801303-F 20050506/050504214238 (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.