Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

Y -- Y - Roofing Miscellaneous Repairs and Replacement

Notice Date
2/27/2014
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF414B0004
 
Response Due
3/13/2014
 
Archive Date
4/28/2014
 
Point of Contact
Matthew A. Zayd, 9136841638
 
E-Mail Address
MICC - Fort Leavenworth
(matthew.a.zayd.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Mission Contracting Office, Fort Leavenworth, intends to issue a solicitation to provide roofing replacement and repairs for buildings at Fort Leavenworth, Kansas. The Contractor shall furnish all plant, labor, equipment, and materials to Replace and Repair the roofs of OMA Buildings, at Fort Leavenworth in accordance with the specifications provided in the Statement of Work. The North American Industry Classification System (NAICS) code for this project is 238160 and a Small Business Standard Size of $14.0 Mil. The Federal Supply Code (FSC) is Z1JZ. The Place of Contract Performance is Fort Leavenworth, KS 66027. This contract will be a Firm Fixed Requirement type contract, set-aside for Small Business (SB) concerns only. The contract will be a base year and two option years. The period of performance is from April 1, 2014 to March 31, 2015 for the base year. This project will consist of the following: Replace and repair the existing roofing systems on various OMA buildings throughout the Post. This work will include the removal and disposal of the existing roof systems, including flashing, down to the structural roof deck, repairing the roof deck if required, installing new flashing, and roof system. It will also include repairs to gutters, fascia, downspouts, and incidental trim and painting. All work performed by the Contractor shall result in a complete and functional system. The work to be performed includes the following principal features: a. All buildings will be occupied during construction. b. Some of the existing paint contains lead. Lead-based paint is to be handled as described in attached specifications. c. The buildings are a mixture of historic and non-historic buildings. Some details of Historic buildings will have to be approved by the State of Kansas, State Historic Preservation Office (SHPO). d. The types of roofing repairs or replacements we could have during the performance of this contract are as follows: 1. Three tab asphalt shingle roofing, standard and architectural shingles 2. Modified bitumen roofing 3. EPDM roofing removed and replaced with Modified bitumen 4. Slate Roofing repair, or replacing an existing asphalt shingle roof with slate roofing 5. Metal roofing repair or replacement 6. Use of Cool Roof Technology e. Some of the buildings may require additional repairs in areas related to the roof, such as the following: 1. Replacement, repair or painting of the gutters and downspouts 2. Replacement or repair of some of the rotted substrate, including rafters and decking 3. Tuck pointing masonry chimneys, parapets, and other masonry elements above the roof line for the proper application of flashing or counter flashing to ensure the water tight integrity of the building 4. Replacement, repair or painting of the fascia, soffit, frieze boards, and trim 5. Replacement, repair or painting of soffit vents, roof vents, and ridge vents 6. Replacement of Blanket and Blown-In Insulation The Government anticipates an Invitation for Bid (IFB) will be posted on the Federal Business Opportunities (FedBizOps) website on or about March 13, 2014. A single award of a Firm Fixed-Price contract is anticipated. Sealed bidding shall be used and the estimated magnitude of this project is between $1,000,000 to $5,000,000. Note: Construction contractors must download all solicitation (plans & specifications) documents at www.fbo.gov. Contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov prior to award and must have a DUNS number by registering for the Register to Receive Notification list at http://www.fbo.gov. Check www.fbo.gov for all amendments BEFORE you deliver/send your proposal to the designated person, place, date and time. Contracting Office Address: MICC - Fort Leavenworth, 535 Kearney Avenue, Fort Leavenworth, KS 66027-1417 Place of Performance: Fort Leavenworth, KS 66027 Point of Contact(s): Matthew Zayd, 913-684-1638
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/145a9e9e1c5b29ef6874d49b11fbf800)
 
Place of Performance
Address: MICC - Fort Leavenworth 535 Kearny Avenue Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN03298111-W 20140301/140227234329-145a9e9e1c5b29ef6874d49b11fbf800 (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.