Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
MODIFICATION

Y -- BLDG 1070 ROOF REPLACEMENT - PreProposal Slides - Solicitation 1

Notice Date
7/30/2015
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 175th MSG/MSC, Maryland Air National Guard, 2701 Eastern Blvd, Baltimore, Maryland, 21220, United States
 
ZIP Code
21220
 
Solicitation Number
W912K6-15-R-0008
 
Response Due
8/25/2015 10:00:00 AM
 
Point of Contact
Michael Dombkiewicz, Phone: 4109186218, Frank D. Harris, Phone: 4109186454
 
E-Mail Address
michael.dombkiewicz@ang.af.mil, Frank.Harris2@ANG.AF.MIL
(michael.dombkiewicz@ang.af.mil, Frank.Harris2@ANG.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Vendor Responsibility Information Form Environmental Protection Plan for Contractors RFI Question Format Statement of Work Drawings - not finalized but for vendor use. Drawings - not finalized but for vendor use. Drawings - not finalized but for vendor use. Solicitation Form Sign In Sheet Preproposal Slides The Maryland Air National Guard is issuing a total small business set aside for EPDM roof replacement, building 1070, Warfield ANG Base in Middle River, Maryland. The NAICS code for the work described below is 238160. The solicitation will be posted as a Small Business set aside. IAW with FAR 36.204(e), the magnitude of the project will be between $500,000 and $1,000.000. Any responsible source meeting this standard may submit a bid to be considered. This project consists of the following components: 1. General Project Information: Roof Replacement - Complete demolition of the existing EPDM low-slope ballast roof system and complete installation of a new white EPDM single-ply roof system on Maryland Air National Guard A-10 Hanger (BLDG. 1070). There are three roof sections/elevations in this project. The lower section of the building is U-shaped. Section 2 is a small structure between section/elevation 1 and 3. The upper section is square shaped. The building is 44' feet high two separate levels and has low-slope roof construction. The roof area is approximately 44,100 sf. 2. Existing Conditions: BLDG 1070 is a four story steel and masonry constructed hanger facility. The roofing systems employed on this facility consist of a fully adhered EPDM roofing system installed over tapered insulation on the lower section 1 and two inches of insulation on the upper section 2 The roof deck is a precast concrete slat roof deck on section 1 and 2 ¼" steel decking on section 2 and 3 supported by open web steel trusses. The precast concrete slat roof portion and 21/4" steel decking of this building is not included in this project. The roof is divided into three sections based upon elevation and or roof type. Section "1" is the lower two story portion of the main building, Section "2" is the small area between the lower and upper sections/elevations. Section 3 is the higher four story elevation over the main part of hanger and in the center of building. The new EPDM roof system installed over the existing concrete deck shall have an average value R=40, extruded polystyrene board (XPS) insulation with quote mark minimum thickness roof membrane substrate. All roof layers shall be adhered as per manufacturer requirements to withstand uplift pressure and other load conditions. Additional roof work includes the furnishing and installation of new roof walk mats and new aluminum ladder for roof access from ground level with a secure door, plus two shorter ladders between the upper and lower roofs. Vendor will be required to recertify the existing lightning protection system or install a new system. The solicitation will have final details. The lightning protection system shall be provided for the entire roof structure and shall include, but not be limited to, air terminals, main conductor, down conductors, ground rods, and all connections. Connections shall be made to the existing support masts for the security system equipment and the existing HVAC equipment located on the roof. The lightning protection system shall be designed in accordance with NFPA 780, quote mark Standard for the Installation of Lightning Protections Systems quote mark, the National Electrical Code, and all other applicable Federal, State and local codes. Please note this solicitation is set aside for certified small businesses under the applicable NAICS code 238160. Neither telephonic, mailed nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation, offerors must access the Federal Business Opportunities website (www.fbo.gov). All responsible sources may submit a bid which shall be considered by the Maryland Air National Guard. This project will be set aside for the NCR MATOC program. The following vendors will be allowed to place a bid: <col style="width: 156pt; mso-width-source: userset; mso-width-alt: 7606;" span="1" width="208"> Royce Construction Services York River Electric SAF Inc. GP Contracting Wycliffe Ent. Columbia Ent. Paragon CMS Global Builders WEBCO Desbuild TMG Construction Corp Pinnacle Construction Northwind Engineering Reilly Construction Cooper Materials Handling CFM Engineering Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) were migrated into the System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is at Warfield Air National Guard Base, 2701 Eastern BLVD, Baltimore, Maryland 21220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6902f41d86d8a1ff317b3ae2ae32ef4)
 
Place of Performance
Address: 2701 Eastern Blvd, Middle River, Maryland, 21220, United States
Zip Code: 21220
 
Record
SN03817292-W 20150801/150731000049-f6902f41d86d8a1ff317b3ae2ae32ef4 (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.