Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2014 FBO #4478
SOLICITATION NOTICE

Z -- Re-roofing building 107 at Rock Island Arsenal, Rock Island, IL

Notice Date
2/25/2014
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J14R5005
 
Response Due
4/25/2014
 
Archive Date
5/25/2014
 
Point of Contact
Lynn Baker, 309-782-5885
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(lynn.d.baker8.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This pre-solicitation synopsis is notice regarding solicitation W52P1J-14-R-5005 for re-roofing building 107 at the Rock Island Arsenal, Rock Island, IL. This requirement will be a total small business set aside, NAICS code 238160. This solicitation is expected to be posted on or around March 11, 2014. Work includes re-roofing approximately 21,000 square feet, focusing on complete demolition, removal of all debris and replacement of entire existing roofing assembly with installation of a new complete roofing assembly (roof insulation, roof boards, fully adhered, single ply Ethylene Propylene Diene Monomer (EPDM) roofing membrane, all required flashing/counter-flashing, and roof drains) on the main and low roof sections of building 107. The entire existing roofing system is to be removed and replaced with a complete new single ply 60 mil. EPDM roofing assembly. Contractor shall establish a complete water tight roofing system as an integral part of the base project bid. Work will include providing new flashing and counter-flashing, per roofing manufactures details and specifications, at all existing roof ventilation devices, all similar through roof penetrations, curbs and parapet walls, adjacent wall surfaces, all riglet devices and at any construction or expansion joints. Included in the base project is removal of all existing tapered roof insulation and quote mark roof boards, and their replacements and new quote mark roof boards (Dens-Deck or approved equal) and new tapered isocyanurate (ISO) insulation (3 quote mark min. thickness). The new tapered ISO insulation boards and roof boards will have to be adhered to the roof structure per the roofing system manufactures details and recommendations. The installed, new tapered insulation boards will have to maintain a minimum 1/8 quote mark per foot slope to the new roof drains. Several pieces of active ACC/HVAC equipment (3), various piping runs, a satellite dish, numerous curbs, etc. are presently installed on building 107's roofs. It is the Contractor's responsibility to raise, dismount/remount and accommodate any such existing equipment or obstructions, as necessary, to assure the final water tight integrity of the new roofing system assembly installation. Work will include any replacement and/or repair of the existing structural wood decking material (installed over the former sky light openings in the concrete roof decking), found to be damaged or deteriorated after removal of the existing roof assembly. Replacement and/or repair of the existing structural concrete roof decking material found to be damaged or deteriorated after removal of the existing roofing assembly. Work will also include the removal and replacement of all existing roof drains and any curbs found to be damaged or deteriorated after removal of the existing roofing assembly. Contractor will supply and install two steel roof access ladders. Contractor shall provide all services, labor, materials, supervision, equipment, tools, etc. necessary to accomplish the work described in this Scope of Work (SOW). The above noted square footage of existing roof area to be repaired is included only to provide the Contractor with a general, order of magnitude idea as to the approximate scale of the project. The Contractor is solely responsible for the accuracy of all necessary material take-offs, measurements and calculations necessary to accommodate the requirements of this project that will be described in a SOW. The Contractor shall be required to complete the entire work and have it ready for use not later than 75 days after award of contract. The roofing design and construction shall be in accordance with the current edition of the United Facilities Criteria (UFC) 3-110-03: Roofing, the Rock Island Arsenal Installation Design Guide (RIA IDG) Appendix T-Engineering Standards and the RIA Master Specifications. Contractor shall comply with RIA-DWP Master Specifications pertaining to this project, in particular, Elastomeric Roofing (EPDM) Specification 07530. The applicable codes and standards shall include, but not be limited to those indicated in the UNIFIED FACILITIES CRITERIA (UFC): 1-200-01 GENERAL BUILDING REQUIREMENTS, dated 16 August 2010, including revisions 28 November 2011. This documents can be found at the following internet site: http://www.wbdg.org/ccb/DOD/UFC/ufc_1_200_01.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f85622b65fde78d9213cf91eabf4317)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03295880-W 20140227/140225234412-6f85622b65fde78d9213cf91eabf4317 (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.