Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2007 FBO #2216
SOURCES SOUGHT

Z -- Sources Sought/Request for Information for Roofing Initiative.

Notice Date
12/19/2007
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
ARCC Fort Dix Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2-08-ROOF-RFI
 
Response Due
1/11/2008
 
Archive Date
3/11/2008
 
Point of Contact
trappier, (609) 562-6486
 
E-Mail Address
Email your questions to ARCC Fort Dix Directorate of Contracting
(torrence.trappier@dix.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Reserve Contracing Center (ARCC) is seeking information, for the purpose of obtaining market research only. This is NOT A NOTICE OF SOLICITATION; but rather, a Request for Information (RFI) from industry that will allow the Government to ide ntify interested sources capable of meeting the described requirement, and develop an acquisition strategy. The information sought herein is for planning purposes only and shall not be construed as a Request for Quote (RFQ), Request for Proposal (RFP), Inv itation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SYNOPSIS OR UNDER THIS SOLICITATION/ANNOUNCEMENT NUMBER. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses to this notice are not offers; will not be accepted by the Government to form a binding contract; and will not be re turned. All information that is marked proprietary and received in response to this RFI, will be handled accordingly. This Notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Should a requ irement arise, the full description will be detailed in the resulting solicitation. Questions concerning the requirements of a future solicitation will not be entertained. The ARCC is seeking to identify sources capable of furnishing the following: Provid e all necessary labor, equipment, and supplies required to perform Emergency Installation/Repair of Roofing Systems at Army Reserve Facilities located throughout the Continental U.S. and Puerto Rico. The request may result in the award of Indefinite Deliv ery Indefinite Quantity regional contracts which may include option periods. Emergency repairs shall be warranted for 1 year from date of completion. For roofing projects, the contractor shall issue manufacturers 20 year, no dollar limit, full systems warr anty and a contractors material and workmanship warranty for 5 years on all sheet metal work. Roofing projects shall meet factory mutual 1-90 wind uplift requirements on insulation attachment and have UL Class A fire rating. It is the intent to have posit ive drainage with slope to drains or thru-wall scuppers through use of saddles and crickets. Photographs shall be taken daily of all phases of the roofing operation, film will be developed daily and places in a 3 ring binder along with a daily log document ing visitors, job site and weather conditions, number of workers, incidents or accidents and a copy of daily safety meeting form. Sample Project - US Army Reserve Center: Provide a lump sum price for the following project based on the param eters provided, current market prices for roofing materials and your companys costs including overhead and profit. This scenario may not answer all questions or provide all data. You are instructed to develop your price based on your interpretation of the information provided. This project will take place 500 miles from your nearest office. Travel costs to this job will be reimbursed at the rate of $ .40 cents per mile for each vehicle and per diem for each worker will be $ 42.00 per day for m eals and $ 65.00 per day for motel expense for the duration of the project. Any additional mobilization costs should be part of your bid. The prevailing wage rates including fringe benefits are as follows: Carpenter: $ 18.00 Laborer: $ 9 .50 Roofer: $ 12.50 Sheet metal mechanic: $ 17.00 Assume No Bad Weather Days. Work may begin at 0700 hrs. and must end at 1630 hrs. No work may be done on weekends. On site storage of equipment and materials is provided. All material s must be stored in enclosed trailers. No materials may be stored overnight on the roof. Allow $ 9,500 for dump fees and porta-john expense. The facil ity will provide all needed water and electricity. Insurance required will be Worker Compensation (Statutory Limits ) General Liability with $ 2,000,000 combined limits. A Payment and Performance bond will be required. Safety require ments of OSHA and Corps of Engineers safety manual will be strictly enforced. If a torch is used a fireguard must remain for 2 hours. The contractor shall have a full time Quality Assurance/Safety manager. Duties will include keeping a daily l og of weather, number of workers, visitors, accidents of incidents progress of work, meetings with facility manager or contracting officer representative. He shall conduct and document a brief safety meeting each morning. A moisture meter and infr a-red thermometer must be on site. Photographs shall be taken daily of each phase of work. Photos shall be developed daily ( 35MM ) and placed in a binder with date photos were taken. A minimum of 24 photos are required each day. All roofin g work on this project will meet standards set in the National Roofing Contractors Association Roofing and Waterproofing Manual 5th Edition and the Material Manufacturers Installation Guide. All Sheet metal work shall conform to the Sheet Metal an d Air Conditioning Contractors National Association Manual. All sheet metal on this project will be .040 pre-finished Aluminum with a 20 year fade resistant finish unless otherwise stipulated. All sheet metal installation will use hidden cleat s or clips. No screws. All edges will be hemmed. Joints in gravel guard and fascia will have cover plates per SMACNA. Pre-finished Aluminum Soffitt shall be .032 Non-Vented. All pitch pans will be fabricated from 16 oz. copper including rain c aps. Pitch Pans shall have pourable sealer. All roof vents will also be 16 oz. copper. VTR vents will be 4 lb. lead. Warranties: The Roofing Material Manufacturer shall issue a 20 Year No Dollar Limit full systems warranty that includes the insulation. The Contractor shall provide a 5 year warranty on all sheet metal work. Pre-finished aluminum shall have a 20 year warranty for fade resistance. The training and administration building is 80 feet wide and 100 feet long. It is 14< BR>feet high at the eave. The building has a gabled roof with a slope of ? inch per foot. The building has a 22 gauge type A metal deck. The existing roof is a 4 ply Built-up with a flood coat of rubberized asphalt and gravel. It has 3 inches of P erlite insulation ( base layer mechanically fastened and top layer mopped). There is a roof overhang of 3 feet on each side. Total roof area is 8,000 square feet. The contractor is to remove the existing roof down to the metal deck. Mechani cally fasten 2 inches of polyisocyanurate insulation per FM 1  90 wind uplift requirements ( not a high wind area ). Over the polyiso insulation, solid mop in hot asphalt 1 inch Perlite insulation with joints staggered. The roofing membrane s hall be a 2 ply SBS Modified Bitumen with a mineral surfaced cap sheet ( Fire Rated). The base layer may be mopped in hot asphalt or torched. The Mineral Surfaced Cap sheet shall be TORCHED. The contractor is given the option to adhere membrane wi th cold adhesives. Granules shall be placed in lap bleed out. Install new gravel guard, gutter, downspouts, soffitt and fascia metal. Cut an opening in metal deck and install a 2 ft. x 2 ? ft. roof hatch with an aluminum cover. Inside i nstall a 12 ft. ladder to block wall. Near the base of the ladder attach a metal wall plaque that has the name of manufacturer, Warranty No. and Phone No. Also contractors name and phone No. Base Flashing shall be Aluminum Foil Faced pl aced in 3 ft. lengths. Laps shall not buck water. Attachment shall be with aluminum termination bar 6 inches on center. Caulked at top with Sonneborne NP- 1 caulk. Cover with pre-finished metal counter flashing. The following are roof features and dimensions to help with estimate.. New 2 in x 6 in and 1 in x 6 in treated wood nailers shall be installed ( screws counter sunk and 18 inches On Center ). 360 L/ft. Gravel Guard 20 inch Stretch Out ( SO ). 360 L/ft. Fascia 12 inch SO. 360 L/ft. Hook Strip. 720 L/ft. Box Gutter 6 in x 6 in with 4 expansion joints. 22 inch SO 200 L/ft. Fascia under gutter. 8 inch SO 200 L/ft. 8 do wnspouts 5 in x 5 in each is 18 feet long. 3 gutter straps each. Install Concrete splash blocks 8 ea. Soffitt  Non Vented 3 ft. x 200 ft. 600 sq. ft. J trim. 1,200 L/ft. Install VTR vents 2 inch - 6 ea. 4 inch - 2 ea. Install 4 foot x 4 in. pitch pans/rain caps  4 ea. Install Vent pipes 4 inch - 1 ea. 8 inch - 2 ea. Curb A/C Units ( 4 ft. x 6 ft. )  2 ea. ( install base flashing ) 40 linear ft. of termination bar, caulk and base fashing. Install ? inch thick wal k pads from roof hatch to units. 2 ft. x 50 L/ft. Submission Requirements: Responses are due by 4:30 PM Eastern Time on 11 January 2008. Interested firms may submit capability statements via e-mail to Torrence Trappier, at torrence.trappier@us.army. mil. Responses shall not exceed 20 pages when printed and should be transmitted with attachments in Microsoft Word 2003 or PDF format. Maximum allowed electronic file size is 4 megabyte. No zipped files. As part of the capability package, firms must includ e the following: (1) Capability Statement demonstrating knowledge and ability to perform services; (2) Listing of manufacturer certifications or applicator licenses; (3) Listing of memberships in professional or trade organizations dedicated to roofing or waterproofing issues; (4) Listing of the number of 20 year roofing systems installed within the last 5 years, and the manufacturer and type of warranty issued; (5) Business size: e.g., Small, Disadvantaged, 8(a), Women-owned, Veteran owned, Large and prima ry NAICS under which you would classify this requirement; (6) Any firm or employee certifications related to safety; (7) Bonding capacity per project and total; (8) Letters of reference or commendation; (9) Area of operation  how large is your service are a/list states in which you work; and (10) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact for this RFI. All valid e-mail responses must include the return e-mail address, company name, mailing address, telephone number, facsimile number, and a point of contact.
 
Place of Performance
Address: ARCC Fort Dix Directorate of Contracting 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
Country: US
 
Record
SN01473141-W 20071221/071219225826 (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.