Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

Y -- Metal Roof Replacement on Gymnasium/Education Building at Pine Ridge JCC

Notice Date
4/4/2012
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL121RP20486
 
Archive Date
5/24/2012
 
Point of Contact
Ronette C. McBean, Phone: 2026933702
 
E-Mail Address
mcbean.ronette@dol.gov
(mcbean.ronette@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The following is a pre-solicitation synopsis of a proposed contracting action in accordance with Federal Acquisition Regulation (FAR) 5.201. This is not a request for proposals and no responses will be made to requests for solicitation documents. The solicitation is estimated to be issued on or about April 18, 2012 and will be posted to the Government Point of Entry at http://www.fbo.gov. No reimbursement will be made for any costs associated with providing information in response to this announcement; nor will any follow-up information be provided. PROJECT INFORMATION: The U.S. Department of Labor (DOL) is seeking expressions of interest from potential offerors who possess current and relevant experience, personnel and capabilities necessary to perform Design and Construction Services for Metal Roof Replacement on the Gymnasium/Education Building at Pine Ridge Civilian Conservation Center. This project entails: a. Clean the existing metal roof from any rust and debris. b. Install new insulation cut to fit between the ridges of the existing metal roof and be at least as thick as the height of the ridges. The roof insulation boards should be manufactured or approved by selected TPO membrane roofing manufacturer. c. Cover the entire area with a 0.5 inch recover board and secure it to the metal roof. d. Strip all edges with wood for solid support. e. Install white color mechanically attached 0.060" TPO membrane roof system per selected manufacturer's specifications. Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the work include, but not limited to, the following: 1. Carlisle SynTec Incorporated 2. Firestone Building Product Company 3. GAR Materials Corporation 4. GenFlex Roofing Systems 5. Johns Manville 6. Mule Hide Products Co., Inc 7. Versico Incorporated 8. Or approved equal f. Provide new flashing as required throughout the roof system. g. Install new 6" gutters and 4"x 6" downspouts. h. All work is to be inspected by representatives of the manufacturers' "Quality Assurance Program" during construction to assure proper installation and issuance of warranties. Any materials or work not indicated but mentioned in this Statement of Work, or vice versa, or any incidental accessories necessary to make the work complete and perfect in all respects and ready for operation, even if not particularly specified, shall be furnished, delivered, and installed by this Contractor at no additional expense to the Center Director and/or the designated representative. Minor details necessary for the proper installation and operation shall be included the same as if specified the Statement of Work. The North American Industry Classification System (NAICS) Code is 238160- Roofing Contractors, with a Small Business Size Standard of $14.0 million in average annual receipts. Any resultant contract will be a Firm Fixed Price (FFP) contract. The solicitation will be issued as a 100% Small Business set-aside. The magnitude of this procurement is between $25,000.00 and $100,000.00. This magnitude range does not reflect the proximity of the actual estimated cost. All interested firms shall complete the online registration instructions at the Commercial and Government Entity (CAGE) website http://www.dlis.dla.mil/cage_welcome.asp to obtain a CAGE/NCAGE code number. A DUNS number from Duns and Bradstreet is required to establish a CAGE code. All interested firms must be registered in the CCR website http://www.ccr.gov/. FIRMS RESPONDING WILL BE CHECKED THROUGH THE SBA DYNAMIC SMALL BUSINESS SEARCH SITE http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm to determine their Small Business certification by SBA. The solicitation will be available ONLY via the Internet at the following address: https://www.fbo.gov/. The solicitation will be posted, on or about April 18, 2012, and can be viewed by going to FBO's web site. BASIS FOR CONTRACT AWARD: Selection will be made on a competitive best value source selection. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. POINTS OF CONTACT: The primary point of contact for this notice is Ronette C. McBean at e-mail mcbean.ronette@dol.gov. A pre-proposal conference will be scheduled for this requirement; details regarding the conference will be outlined in the Solicitation. The tentative date proposals will be due is currently May 09, 2012 (3:00 PM EST). A firm proposal date will be established upon issuance of the solicitation. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7af6fb467eedee09d5bfa87a66e89b8)
 
Place of Performance
Address: Pine Ridge Civilian Conservation Center, 15710 Highway 385, Chadron, Nebraska, 69337, United States
Zip Code: 69337
 
Record
SN02713844-W 20120406/120404235304-c7af6fb467eedee09d5bfa87a66e89b8 (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.