Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOLICITATION NOTICE

Y -- Roof Replacement on Bldg 14 at the Naval Support Activity, Mechanicsburg, PA.

Notice Date
7/7/2014
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008514R6740
 
Response Due
8/21/2014
 
Archive Date
10/1/2014
 
Point of Contact
Shannon Lutes 215-897-3495 Shannon Lutes
 
E-Mail Address
n.lutes@navy.mil<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Y - CONSTRUCTION OF STRUCTURES AND FACILITIES DESIGN/BID/BUILD (DBB) ROOF REPLACEMENT FOR BLDG 14 AT THE NAVAL SUPPORT ACTIVITY, MECHANICSBURG, PA. The Naval Facilities Engineering Command, Mid-Atlantic PWD PA announces its intention to procure a DBB construction package that shall replace the roof for building 14 at the Naval Support Activity, Mechanicsburg, PA. This announcement is set-aside 100% for Service Disabled Veteran Owned Small Business under the North American Industry Classification System (NAICS) Code 238160 with a size standard of $14,000,000.00. A REQUEST FOR PROPOSAL (RFP) WILL BE issued to obtain contractor qualifications for which the resulting contract, by means of a competitive Firm Fixed Price (FFP) procurement, will be awarded. The solicitation will be advertised as a total 100% SERVICE DISABLED VETERAN OWNED SMALL BUISNESS set-aside. Formal source selection procedures will be followed to award to the lowest prices technically acceptable offeror as prescribed by Federal Acquisition Regulations (FAR) Part 15, Part 19 and Part 36 as applicable. A solicitation will be issued as N40085-14-R-6740. This acquisition will result in the award of a FIRM FIXED PRICE (FFP) construction contract. The contract will be procured using competitive proposals as it has been determined in accordance with FAR 15.101 to be the most appropriate method of contracting for the subject project. THE REQUEST FOR PROPOSAL (RFP) IS DUE ON OR BEFORE 21 JULY 2014 AT 3:00PM EASTERN STANDARD TIME. THE QUOTE MAY BE FAXED TO 215-897- 6932 OR HAND CARRIED OR MAILED (HARD COPY), TO THE ADDRESS LISTED IN BLOCK 5a OF THE SF 18. PROJECT DESCRIPTION: The offerors shall prepare a DBB construction package that shall provide the work to be performed on Building 14 roof includes removal of asbestos containing bituminous flashings, exterior ladder assembly, abandoned rooftop unit curbs and equipment, sheet metal flashings, wood blocking, perimeter edge metal, gutter and downspout assemblies, interior drain assemblies, deteriorated lightweight concrete (gypsum) roof decking, and related items as indicated on the drawings. Monitor air quality during ACM removal. The work also includes the installation of new: metal roof decking to replace deteriorated areas, underlayment or base sheet, multiple layered tapered and flat roof insulation system, wood blocking, fully adhered EPDM membrane roofing and flashings, perimeter metal edge and parapet caps, gutters, and downspouts, miscellaneous sheet metal flashings, roof drains, metal wall panels, exterior access ladder and safety railing and incidental related work. Provide overhead protection at entrance locations where indicated and as required. The Davis Bacon Act Wage Determination will apply to the resultant contract. In accordance with FAR 36.204(d), the estimated magnitude of this project is between $1,000,000.00 and $5,000,000.00. SEE FAR 52.236-27 FOR SITE VISIT INFORMATION. A site visit will be scheduled however; the site visit is NOT mandatory for contract award but is encouraged. If the offeror attends the site visit, it will be at your own expense. The Government will not compensate or be responsible for any associated costs of the optional site visit. As stated in the solicitation, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The Government intends on issuing the solicitation through the NECO web site at https://www.neco.navy.mil and the solicitation will automatically post to FBO website at www.fbo.gov. All prospective offerors MUST register themselves on the websites. All contractors are encouraged to attempt download the solicitation and all associated documents through these websites. Amendments will also be posted on the websites. IMPORTANT NOTICE: The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR) FedReg, ORCA, and EPLS. It is very important that firms are registered with this site. Firm may obtain information for this requirement through http://www.acquisition.gov or by calling 866-606-8220. Questions regarding this solicitation shall be in writing and may be addressed to Shannon Lutes via email at shannon.lutes@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008514R6740/listing.html)
 
Place of Performance
Address: Naval Support Activity, Mechanicsburg, PA
Zip Code: 17055
 
Record
SN03416883-W 20140709/140708022206-208e3d6038b05efa7c6a49a04f88df5e (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.