SOLICITATION NOTICE
Z -- Roofing Indefinite Delivery Indefinite Quantity (IDIQ) - FA3047-10-R-0012 Roofing IDIQ Attachments
- Notice Date
- 6/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- FA3047-10-R-0012-ROOFING
- Point of Contact
- RYAN D. BUENO, Phone: 2106711726, JACKIE L. MURRAY, Phone: 2106711728
- E-Mail Address
-
Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- FA3047-10-R-0012_SBDC_Informational_Map FA3047-10-R-0012 Atch 4 (Past Performance Questionaire) 20 Apr 10 FA3047-10-R-0012 Atch 3 (Wage Determination) 8 Apr 10 FA3047-10-R-0012 Atch 1 (Bid Schedules) 10 May 10 FA3047-10-R-0012 Atch 2AK (Submittal Log) 8 Feb 10 FA3047-10-R-0012 Atch 2AJ-Division 26 (Specs - 26 41 01.00 10) 8 Feb 10 Lightning Protection System FA3047-10-R-0012 Atch 2AI-Division 9 (Specs - 09 90 00) 8 Feb 10 Paints and Coatings FA3047-10-R-0012 Atch 2AH-Division 8 (Specs - 08 62 00) 8 Feb 10 Skylights FA3047-10-R-0012 Atch 2AG-Division 7 (Specs - 07 92 00) 8 Feb 10 Joint Sealants FA3047-10-R-0012 Atch 2AF-Division 7 (Specs - 07 61 15) 8 Feb 10 Standing Seam Metal Roofing System FA3047-10-R-0012 Atch 2AE-Division 7 (Specs - 07 60 00) 8 Feb 10 Flashing and Sheet Metal FA3047-10-R-0012 Atch 2AD-Division 7 (Specs - 07 54 19) 8 Feb 10 PVC Roofing FA3047-10-R-0012 Atch 2AC-Division 7 (Specs - 07 51 13) 8 Feb 10 Built-Up Asphalt Roofing FA3047-10-R-0012 Atch 2AB-Division 7 (Specs - 07 41 13) 8 Feb 10 Metal Roof Panels FA3047-10-R-0012 Atch 2AA-Division 7 (Specs - 07 32 14) 8 Feb 10 Clay Tile Roofing Replacement or Repair FA3047-10-R-0012 Atch 2Z-Division 7 (Specs - 07 31 13) 8 Feb 10 Asphalt Shingles FA3047-10-R-0012 Atch 2Y-Division 7 (07 22 00) 8 Feb 10 Roof and Deck Insulation FA3047-10-R-0012 Atch 2X-Division 7 (Specs - 07 21 13) 8 Feb 10 Board and Block Insulation FA3047-10-R-0012 Atch 2W-Division 6 (Specs - 06 10 00) 8 Feb 10 Rough Carpentry FA3047-10-R-0012 Atch 2V-Division 5 (Specs - 05 52 05) 8 Feb 10 Metal Railings and Stairs FA3047-10-R-0012 Atch 2U-Division 5 (Specs - 05 51 33) 8 Feb 10 Metal Ladders FA3047-10-R-0012 Atch 2T-Division 5 (Specs - 05 50 13) 8 Feb 10 Miscellaneous Metal Fabrications FA3047-10-R-0012 Atch 2S-Division 5 (Specs - 05 30 00) 8 Feb 10 Steel Decks FA3047-10-R-0012 Atch 2R-Division 2 (Specs - 02 84 33) 8 Feb 10 Removal and Disposal of PCBs FA3047-10-R-0012 Atch 2Q-Division 2 (Specs - 02 83 13.00 20) 8 Feb 10 Lead in Construction FA3047-10-R-0012 Atch 2P-Division 2 (Specs - 02 82 16) 8 Feb 10 Engineering Control of Asbestos Containing.pdf FA3047-10-R-0012 Atch 2O-Division 2 (Specs - 02 82 14) 8 Feb 10 Asbestos Hazard Control Activities FA3047-10-R-0012 Atch 2N-Division 2 (Specs - 02 81 00) 8 Feb 10 Transportation and Disposal of Hazardous Materials FA3047-10-R-0012 Atch 2M-Division 2 (Specs - 02 41 00) 8 Feb 10 Demolition FA3047-10-R-0012 Atch 2L-Division 1 (Specs - 01 73 00) 8 Feb 10 Execution FA3047-10-R-0012 Atch 2K-Division 1 (Specs - 01 70 00) 8 Feb 10 Contract Closeout FA3047-10-R-0012 Atch 2J-Division 1 (Specs - 01 57 20) 8 Feb 10 Environmental Protection FA3047-10-R-0012 Atch 2I-Division 1 (Specs - 01 50 00) 8 Feb 10 Temporary Construction Facilities & Controls FA3047-10-R-0012 Atch 2H-Division 1 (Specs - 01 45 00) 8 Feb 10 Contractor Quality Control FA3047-10-R-0012 Atch 2G-Division 1 (Specs - 01 42 00) 8 Feb 10 Sources for Reference Publications FA3047-10-R-0012 Atch 2F-Division 1 (Specst - 01 35 26) 8 Feb 10 Governmental Safety Requirements FA3047-10-R-0012 Atch 2E-Division 1 (Specs - 01 33 00) 8 Feb 10 Submittal Procedures FA3047-10-R-0012 Atch 2D-Division 1 (Specs - 01 30 00) 8 Feb 10 Submittal Descriptions FA3047-10-R-0012 Atch 2C-Division 1 (Specs - 01 22 00) 8 Feb 10 Measurement and Payment FA3047-10-R-0012 Atch 2B-Division 0 (Spec - 00 30 00) 8 Feb 10 Project Information FA3047-10-R-0012 Atch 2A - 8 Feb 10 Table of Contents FA3047-10-R-0012 RFP for Roofing IDIQ (7 Jun 10) Work consists of providing all labor, transportation, equipment, materials, and tools necessary to plan, manage, and complete the Repair/Construction of Roofs Basewide at Lackland AFB, TX. This will be an SBA 8(a) competitive, firm-fixed price (FFP), indefinite-delivery, indefinite quantity (IDIQ), single contract award (acquisition). Contractor shall be responsible to perform various roofing work at Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX. The work involved includes but is not limited Repairs: Remove and dispose of existing roofing and related sheet metal work and carpentry items; i.e. mineral surfaced edge roll roofing, mineral surface asphalt strip shingle roofing, built-up roofing (BUR), insulation metal roofing. Replace roofing systems with the same types of roofing as applicable or as designated. Install new standing seam metal roof, low slope metal roofs, simulated tile metal roof or BURS. Include related roof insulation material as designated. Replace deteriorated decking, steel roof deck, and metalwork items Replace wood fascia, and other items of carpentry work in conjunction with roofing system. Replace flashing, roof penetrations, pipe penetrations and all work incidental thereto. Types of facilities: 10-story hospital buildings (requiring very high lift equipment); facilities abutting to active runways and aprons; multi-story and single story buildings in secured perimeters requiring security escorts at all times and controlled vehicle entry. During the contract period of performance, the Base Civil Engineer may identify construction tasks and the Base Contracting Office will issue individual task orders to the Contractor to complete the tasking. Period of Performance and Magnitude: The magnitude for this requirement is between $5,000,000.00 and $10,000,000.00. The period of performance is one (1) base year (365 calendar days), with four (4) option year periods consisting of one (1) year each. The contract total ceiling is not to exceed $10,000,000.00. The guaranteed minimum is $5,000.00 for the life of the contract. The minimum amount per task order is $1,000.00; the maximum amount per task order is $1,000,000.00. GEOGRAPHICAL RESTRICTION: For this procurement it has been determined that competition will be limited to 8(a) construction firms located within the geographical area serviced by the Small Business Administration (SBA) San Antonio District Office, and other 8(a) construction firms with a bona fide place of business within the SBA San Antonio District Office geographical area. Through market research sufficient 8(a) construction firms are available in this geographical area. (See informational map.) The assigned North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 238160 (Roofing Contractors) with a small business size standard of $14,000,000.00. All other 8(a) BD Participants are deemed ineligible to submit offers. Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining acceptability of offers. Past performance is significantly more important than price. Past performance must be both recent and relevant. Proposals are due on 7 July 2010 no later than 11:00am (CST). Specific instruction can be found in Section H and L in the attached "RFP." Paper copies will not be available. I t is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Pre-Proposal Conference / Site Visit is scheduled for 15 June 2010 at 1:00pm (CST). Location: 802D Contracting Squadron (Legacy Room). For POC information, see Section L, FAR 52.236-27, Site Visit (Construction). It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Evidence of bonding capability must be submitted with the offeror's proposal in response to the solicitation. Primary POC is Mr. Ryan Bueno, Contract Specialist at (210) 671-1726; email; ryan.bueno.1@us.af.mil or Mr. Jack Murray, Contracting Officer at (210) 671-1728; email: Jackie.murray@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-R-0012-ROOFING/listing.html)
- Place of Performance
- Address: Contractor shall be responsible to perform various roofing work at Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX., Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02171729-W 20100610/100608235400-1b716a4e2d6af4e18954fe0b82b64527 (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 |