Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOURCES SOUGHT

99 -- RECOVERY - THIS IS A SMALL BUSINESS SET-ASIDE - DEMOLITION AND REPLACMENT OF VARIOUS ROOF AREAS, MINNEAPOLIS ARTCC, FARMINGTON, MINNESOTA

Notice Date
5/8/2009
 
Notice Type
Synopsis
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-55B AGL - Great Lakes
 
ZIP Code
20591
 
Solicitation Number
DTFAGL-09-R-000194
 
Response Due
5/15/2009
 
Archive Date
5/30/2009
 
Point of Contact
Melody McGovern, 847/294-7347
 
Small Business Set-Aside
N/A
 
Description
THE FOLLOWING PROJECT IS COVERED UNDER THE RECOVERY AND REINVESTMENT ACTTHIS PROJECT IS A SMALL BUSINESS SET-ASIDE - NAICS CODE = 238160 = $14.0M The FAA is seeking experienced firms to perform the following demolition and replacement of various roofs in accordance with the contract documents and applicable codes & standards at the Federal Aviation Administration (FAA) Minneapolis Air Route Traffic Control Center (ARTCC) in Farmington, Minnesota. Replacement roof shall be Thermoplastic Polyolefin (TPO).The following is a list of the Designated Roof Area's:1. Power Service Building Generator2. Power Service Building Mechanical3. Power Service Building UPS/Battery4. Power Service Building Engine Generator5. Automation WingThe project contains, but is not limited to, the following work items:1. Verify all existing conditions. 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 Roof structures are sloped adequately to provide positive roof drainage and only minimal tapered insulation will be needed in this area to provide roof crickets and sumps. 2. Remove all existing roofing materials down to the existing roof deck.3. Residual asbestos containing materials have been found on top of the existing deck in the Engine Generator roof and the Battery Room roof. This material does not need abatement.4. Design and install a complete mechanically fastened roofing system utilizing an 80 mil. TPO membrane with an R-30 insulation factor. The roofing system will include, but is not limited to, membrane, insulation, deck protection boards, walkways, flashing, parapet nailer boards, 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. All Work shall be fastened, as per the manufacturer's recommendations, to meet an FM I-90 uplift standard.5. Grounding on the roofs are 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 roofs is to be set aside, and 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).7. Replace all 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, with a minimum of 10 years similar experience with membrane roofs, 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. Offer range is between $250,000 and $500,000 with a performance time of approximately 90 calendar days. Construction start is anticipated for July 2009. INTERESTED FIRMS MUST PROVIDE A LETTER OR CERTIFICATE OF TRAINING AND A LISTING OF THE PROJECTS COMPLETED USING THIS ROOFING SYSTEM AND OTHER MEMBRANE ROOFING SYSTEMS, PROVIDE OWNER WITH PHONE NUMBER, DATE PERFORMED, WITH DOLLAR AMOUNT, IN ORDER TO RECEIVE THE REQUEST FOR OFFER PACKAGE. INTERESTED FIRMS SHOULD PROVIDE THE REQUIRED INFORMATION NO LATER THAN MAY 15, 2009 via email to melody.mcgovern@faa.gov or fax to 847/294-7801. The Request For Offer is anticipated to be available by June 2009. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFAGL-09-R-000194/listing.html)
 
Record
SN01812575-F 20090510/090509165619 (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.