Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

Z -- Replace east half of roof

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H94003-07-R-0010
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (planning) for commercial services in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Funding for this requirement is not currently available ? this is a planning solicitation. In the event funding becomes available prior to 31 December 2007, the government intends to award this requirement. Proposals submitted in response to this planning solicitation will need to be valid until 31 Dec 2007. This announcement constitutes the solicitation. The NAICS code is 238160 and the size standard for this requirement is $13 million. The solicitation reference is H94003-07-R-0010. This requirement is for the repair of the east end of building 620, Defense Microelectronics Activity (DMEA), McClellan California. The contractor shall provide and install a new roof, new roof jacks, new flashings and new caps on Building 620 east half (including the roof peak cap on the west to the top of the parapet wall on the east, south and north) as shown on the drawing (copy available upon request). The roofing material and installation methods must meet the following criteria: The new roof shall have high durability to include a 20-year warranty against roof leaks including those caused by punctures/wear from normal daily roof mounted equipment and security system maintenance activities. The roof must handle daily foot traffic by DMEA and contractor personnel who may stray off established walking paths at times. Please note that the DMEA facility includes clean room and laboratory equipment that can not get wet, so a sound roof is critical. The roof project shall not produce significant odor during installation that could impact the DMEA clean room activities or other laboratory or office activities. Note that the facility?s outside air inlets are on the roof and the clean rooms must have 100% outside air as make-up at all times. The clean rooms and support equipment sheds are equipped with gas sensors that are very sensitive to gases. Extensive use of hot asphalt during the roof project is not acceptable due to the impact it has on operations. The new roof shall meet the State of California Title 24 ?Cool Roof? Requirements. Install tapered insulation crickets behind all HVAC equipment platforms and all roof mounted equipment locations that impedes water flow down the roof slope to the roof drains. Install tapered insulation crickets between the roof drains along the east parapet extending west approximately 10? to prevent standing water between the drains. The crickets shall provide at least ?? per foot slope towards the drain. Provide walking paths around the roof perimeter, including the centerline and one mid span N-S path and two E-W paths. Also provide minimum 4? wide maintenance pads around all roof mounted equipment. Move/lift and reinstall any existing roof mounted equipment as required for roof installation. Flash and seal all equipment supports and penetrations. Provide crane and/or lift truck support for roofing demolition and installation as required. Roof access: Roof access for personnel shall be via the cross-over stairs from Building 618. The contractor shall remove and dispose of any debris and material that result from this project. The contractor shall not use the DMEA dumpster. Work Restrictions The contractor and their staff shall abide to the following: As a DoD facility, all contractor personnel on-site must be US citizens. The entire DMEA facility must remain in operation during the roofing project without impact from odors or other roof project activities. The contractor shall ensure that DMEA operations are not impacted. The contractor will be briefed on the DMEA gas and fire alarm systems and the contractor shall ensue they do not cause facility evacuations because of roof work associated with this project. The DMEA facility and roof are access controlled and all personnel are required to have a background check in advance of working at the site. The contractor shall submit background check release forms and badge requests forms for all personnel expected to work on this project at least 2 weeks prior to project start. The on-site contractor personnel will be issued a badge each day while on site and shall return their badge to DMEA security personnel at the end of the day. Any contractor personnel showing up at the project without a pre-arrange badge request and background check shall not be allowed to access the DMEA facility or the roof. The proposed work hours shall be coordinated with the DMEA Facility Team. Space in the back lot of Building 620 is very tight; therefore, the contractor shall be limited to one vehicle in the back lot at any time. Selection Criteria: The winning proposal will be selected on ?best value? based on four criteria: Proposed roofing system description and expected durability, customer references from users of the roofing system, price and schedule. Best value weighting factors are shown in parentheses. Proposed roofing system description and expected durability. The contractor shall provide a full description of the proposed roofing system (including under layers) and discuss the systems? expected durability. The proposal must include a sample of the roofing system proposed. The contractor shall also discuss the roofing system installation to include whether the old roof will be removed and how the new roof will be installed. (35%) Past performance of the proposed roofing system: The contractor shall provide references for at least two similar installations with customer point of contact and phone numbers for each site. The customer reference site must be an application that has roof foot traffic. (15%) Price for installation and a forecast of any expected annual maintenance requirements. (35%) Schedule. The contractor shall define the period of performance needed to complete work, broken down by tasks and timeframes to include ordering of materials, site preparation, actual work/installation and cleanup. (15%) For a purchase description, drawing and photos of the roof area, send an email request to baustian@dmea.osd.mil or fax your request to (916)231-2816. A site visit will be held at the DMEA facility on 27 August 2007 at 9:00a.m. Contractors must be registered in the Central Contractor Registration (CCR) prior to award. The following clauses apply 52.212-1, Instructions to Offerors ? Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. DFARs clause 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors will include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items with its offer. DPAS rating is S10. Questions regarding this planning solicitation should be addressed to L. Baustian at baustian@dmea.osd.mil Offerors are due at 3:00pm on or before 14 Sep 2007 and shall be mailed to Defense Microelectronics Activity, Attn L. Baustian, 4234 54th St, McClellan CA 95652-2100 or emailed to baustian@dmea.osd.mil This is a small business set aside requirement. See Note 1.
 
Place of Performance
Address: 4234 54th Street Bldg 620, McClellan CA
Zip Code: 95652-2100
Country: UNITED STATES
 
Record
SN01371319-W 20070815/070813222045 (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.