SOLICITATION NOTICE
Y -- Metal Roof Replacement on Warehouse/Storage Facility at Golconda 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
- DOL121RP20485
- 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 Warehouse/Storage Facility at Golconda Job Corps Center. This project entails: Replace the existing roof in the Warehouse/Storage Building with a new white color metal roof to provide weather-tight building. 1. Remove the existing metal roofing system in the Warehouse/Storage Building, including but not limited to, ballast material, membrane, insulation, base flashing, etc. down to the existing deck and vertical wall surfaces. Properly discard and remove all debris from site. 2. The contractor shall make a recommendation of a manufacturer and systems that meets the performance and warranty requirements described in this Scope of Work. 3. Examine the existing decks and vertical wall surfaces for possible water damage and repair/replace as needed. 4. Inspect, clean and replace existing drains and gutter system as required to provide a drainage system that provides positive drainage. 5. Inspect all walls, ceilings, and exposed insulation, especially directly below roof drainage and/or leakage areas. Repair all damaged walls with a waterproof membrane, stucco, etc., that matches existing material composition and color. Replace all caulking as required. 6. Roof system must include insulation and a recovery board system in the approved design 7. Submit with the bid proposal a manufacturer's specification for the proposed roofing system, which includes a minimum 20-year warranty. 8. All work is to be inspected by representatives of the manufacturers' "Quality Assurance Program" during construction to assure proper installation and issuance of warranties. 9. Contractor shall confirm that minimum R-18 is appropriate for this region. 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/aba576a753d3318508096aef1b7ce4d3)
- Place of Performance
- Address: Golconda Job Corps Center, Route 1 Box 104A, Golconda, Illinois, 62938, United States
- Zip Code: 62938
- Zip Code: 62938
- Record
- SN02713877-W 20120406/120404235331-aba576a753d3318508096aef1b7ce4d3 (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 |