Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

Z -- Construction Services for Roofing Replacement at the Herbert Hoover Presidential Library, West Branch, Iowa

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA06SEM0004
 
Response Due
2/27/2006
 
Description
The National Archives and Records Administration (NARA) announces intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services for Roofing Replacement at the Herbert Hoover Presidential Library, 210 Parkside Drive, West Branch, Iowa 52358. This procurement utilizes a ?best value? source selection process to enable NARA to select from among high quality contractors for this procurement. Past performance is considered with factors such as price in determining which contractor to select for the project. The contract is to provide for roofing replacement for the various building areas and includes, but not limited to (1) selected demolition, including asbestos removal, (2) new PVC Membrane and Slate Roofing, (3) flashing, and (4) repair as required. Unique features of the project include demolition of the existing roofs (including asbestos removal), new PVC Membrane Roofing of approx. 20,000 SF and new Slate Roofing of approx. 20,000 SF which is shown as the: BASE: the PVC Membrane Roof Replacement; OPTION No. 1: the East-end Slate Roof Replacement; OPTION No. 2: the West-end Slate Hip & Valley Replacement; and OPTION No. 3 the West-end Slate Roof Replacement. The intent is to AWARD the Base and all Options. The building will be occupied and must remain fully operational during the work. Contractor must plan and schedule work to maintain full services to all occupied spaces. Estimated construction cost range for the total BASE and OPTIONS is $750,000 to $1,000,000 dollars. Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet NARA requirements. The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract. One construction contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. Competitive Source Selection procedures will be used in accordance with FAR 15. The contract will be firm fixed prices. The tradeoff process is the method that will be used to evaluate price and other factors specified in the Solicitation, with the goals and objectives being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The Technical Evaluation Factors are: EXPERIENCE (20%). The offerer must demonstrate its experience as a ROOFING Construction (RC) Contractor responsible for the construction of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type and complexity to the project in this solicitation, and meets all three (3) of the following characteristic: (a) construction included demolition of old roofing and installation of new Slate/Membrane Roofing ; (b) the roofing size was not less that 15,000 gross square feet or the construction cost at award was not less than $100,000 dollars; c) Roofing was performed on an occupied building. PAST PERFORMANCE (20%) The offeror must have satisfactory performance as a Roofing Construction (RC) Contractor responsible for the substantially complete construction of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (20%) The offeror must identify the individuals proposed for the following positions: Project Manager, General Superintendent, and Quality Control Supervisor. MANAGEMENT PLAN & SCHEDULE (35%) Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. Specified duration must be based on a project schedule that demonstrates the project can be completed within the specified duration. Under no circumstances can the total project exceed 270 days for the BASE and OPTIONS. SUBCONTACTING PLAN (5%) This solicitation is not set aside for small business; however, this procurement is being made under the Small Business Competitiveness Demonstration Program. Technical evaluation factors when combined are significantly more important than price. The NAISC number is 238160, formerly the Standard Industrial Code (SIC) is 1761 and the Small Business Size standard is $12.0 million. To facilitate offer preparation and government review, an RFP will be available for issuance on or about 01/23/2006 and will be Due on or about 02/27/2006. The Technical Proposal shall respond to the following evaluation factors as noted above: Experience, Past Performance, Key Personnel, Management Plan & Schedule. The Pricing Proposal shall respond to the Section A SF1442, Section B Pricing, Reps and Certs, and the Subcontracting Plan (if applicable). The RFP Volume I, Uniform Contract Format Sections A through M, and the RFP Volume 2/3, Technical Specifications and Drawings will be issued by CD (pdf files) and ONLY by request to the Contracting Officer from NARA, Space and Security Division (NAS), 8601 Adelphi Road, College Park, MD 20740. Ronald C. Noll, Contracting Officer is at Fax 301-837-3657. Preference will be given to firms specific to the NAISC (SIC) and geographical location. This is the pre-solicitation notice, not the RFP.
 
Place of Performance
Address: Herbert Hoover Presidential Library,, 210 Parkside Drive,, West Branch, Iowa 52358.
Zip Code: 52358
Country: usa
 
Record
SN00962640-W 20060108/060106212552 (fbodaily.com)
 
Source
FedBizOpps 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.