SOLICITATION NOTICE
99 -- Roof Replacement, Minneapolis Air Route Traffic Control Center, Minneapolis, Minnesota
- Notice Date
- 8/6/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, FAA AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFAGL-08-R-00296
- Response Due
- 8/13/2008
- Archive Date
- 8/28/2008
- Point of Contact
- Melody McGovern, (847) 294-7347
- Small Business Set-Aside
- N/A
- Description
- The FAA is seeking experienced firms to perform the following demolition and replacement of selected roof areas in accordance with this specification along with project drawings and applicable codes & standards at the Minneapolis Air Route Traffic Control Center in Farmington, Minnesota.The project consists of, but is not limited to, the following work items:1.Verify existing roof slope over loading dock and entrance areas. Where structure does not provide required " per foot positive drainage, plan tapered insulation to provide adequate slope to existing roof drains. It is believed that the Administration roof structure is sloped adequately to provide positive roof drainage and only minimal tapered insulation will be needed in this area to provide roof crickets, etc.2.Remove all existing roofing in designated areas above the loading dock, main entrance, and part of the administration wing.3.Asbestos containing materials have been found along the roof perimeter flashing of the admin roof. Contractor shall conform to all relevant legal requirements for removal of asbestos containing materials and dispose of in a lawful manner. All work required for removal of asbestos containing material, (including safety inspections, safety personnel, personnel training, industrial hygienist, ventilation equipment, safety equipment, sheeting, and other work) is the responsibility of the Contractor.4.Design and install roofing, insulation, deck protection boards, walkways, flashing, parapet nailer boards with a similar mechanically fastened 80 mil TPO roofing material, including replacement of treated wood roof cants, treated wood nailer boards, treated wood parapet boards, and caulking. Provide flashing, parapet edges and all other Work dimensionally similar to existing. Existing expansion joint flashing (on the admin roof), where possible, is to be reused. All Work shall be adequately fastened to meet a UL Class I-135 uplift standard.5.Grounding on the admin roof is to be set aside, then reinstalled after roofing is complete. This system largely rests on the roof and needs no flashing or membrane cutting. Where applicable, comply with NEC 2005 and FAA standards 1217f (electrical) and 19e (grounding).6.Electrical conduit on the admin roof is to be set aside, then reinstalled after roofing is complete. This system largely rests on the roof and needs no flashing or membrane cutting. Where applicable, comply with NEC 2005 and FAA standards 1217f (electrical) and 19e (grounding).Options1.Option #1: 60 mil TPO membrane in lieu of 80 mil membrane.2.Option #2: Replace (5) roof drains with new, similar to existing galvanized ductile iron roof drains, siphon / solar powered type, Zurn or Watts or similar, Contractor shall verify size of existing drains and match size. Provide underdeck clamps. Submit proposed new roof drain cut-sheets with bids. Manufacturer Qualifications: A qualified manufacturer that is UL listed and FM Approvals approved for membrane roofing system identical to that used for this Project.Installer Qualifications: A qualified firm that is approved, authorized, or licensed by membrane roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty.Inspector Qualifications: Provide qualifications of a roofing consultant who shall be responsible for field quality control. Inspector shall be an independent testing and field quality control professional with a minimum 5 years experience in similar project size, complexity and system to conduct testing indicated. Offer range is between $80,000 and $150,000 with a performance time of approximately 30 calendar days. Construction start is anticipated for October 2008. Interested firms must provide a letter or certificate of training and a listing of the projects completed using this roofing system, owner with phone number, date performed, with dollar amount, in order to receive the Request for Offer package. Interested firms should provide a letter of interest NO LATER THAN AUGUST 13, 2008 via email to melody.mcgovern@faa.gov or fax to 847/294-7801. The Request For Offer is anticipated to be available by September 2008.This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a2a2b8a1dbe1fbf9dfaebcd2216d3f4a&tab=core&_cview=1)
- Record
- SN01633171-W 20080808/080807104739-a2a2b8a1dbe1fbf9dfaebcd2216d3f4a (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 |