Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

Z -- Lake Barkley Resource Manager's Office & Visitor Center Roof Replacement

Notice Date
7/21/2017
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-17-B-0010
 
Point of Contact
James W. Purcell, Phone: 6157367674, Isaac J. Taylor, Phone: 6157365679
 
E-Mail Address
James.W.Purcell@usace.army.mil, isaac.j.taylor@usace.army.mil
(James.W.Purcell@usace.army.mil, isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Pre-Solicitation notice, the full solicitation with all drawings and specifications is expected to be published the week of 7 August 2017. Located at 200 Barkley Dam Overlook Drive, Grand Rivers, KY 42045, the Lake Barkley Resource Manager's Office and Visitor Center Roof Replacement project is described as follows: The existing building consists of three sections: a cedar-sided, hip-roof framed (3:12 slope) multi-slope center portion that is currently covered by asphalt shingles (approx. 4000 sq. ft.); and two lower level wings (north, 945 sq. ft.; and south, 1,009 sq. ft.) of cast-in-place concrete construction with flat roofs of varying composition. The existing sloped roofs shall have all roofing material removed to the bare plywood sheathing. Any sheathing found to be in unsound condition shall be removed and replaced in kind. The existing flat roof areas shall have all roofing material removed to the bare gypsum-concrete deck. On the north wing, a portion of the cast-in-place concrete parapet wall that rises to form the railing of the ramp to the observation deck shall be saw-cut and demolished to an elevation level with the top of the parapet. The existing roof mounted exhaust fans shall be removed from the south wing and the roof openings prepared to receive new exhaust ductwork. Remove existing roof drains and cap drain lines. Any additional roof mounted items on the two flat-roofed wings shall be removed or relocated. All wood in contact with concrete or masonry shall be pressure treated. Provide and install prefabricated single sloped roof trusses on both north and south wings. Truss design shall be by a professional engineer licensed in the state of Kentucky and experienced in the design and fabrication of prefabricated wood trusses. Provide and install new end-wall framing and sheathing. Provide and install new roof underlayment over the entire building's roof surface. Provide and install standing seam aluminum roofing and associated trim and flashing over the entire building's roof surface. Panels shall be warranted for not less than twenty (20) years. Provide and install gutters and downspouts of material matching the roof panels. Provide and install blown-in cellulose loose fill insulation over a 6-mil polyethylene vapor barrier sufficient to achieve an R-50 rating. Fabricate and install access doors into attic areas above both wings. Provide and install new ductwork, in-line exhaust fans, exhaust louvers, and all associated electrical wiring and controls to extend existing ductwork to the east end-wall of the south wing. New exhaust system final design shall be performed by a professional mechanical engineer licensed in the state of Kentucky. Final exhaust system design shall be submitted for approval. A guided site visit has been arranged to aid in preparation of offerors' bids for 17 Aug 2017, 1:00 to 3:00 PM (Central Daylight Time). Participants will meet in the Lake Barkley Resource Manager's Conference Room. The Visitor Center telephone is (270) 362-4236. All participants are required to have the necessary personal protective equipment, i.e. hard hat, safety glasses, and steel-toed shoes before participating in the site inspection. Contractors who do not have these items may not be able to participate in the inspection. Persons wishing to participate in the site visit must register with J.W. Purcell via email at James.W.Purcell@usace.army.mil within 48 hours of the start time by providing name, phone number, company, and names and number of people from the company participating. For questions and /or concerns regarding the site visit, please contact J.W. Purcell via email. This will be the only organized site visit for this project. If you miss the scheduled site visit, no other arrangements will be made due to personnel availability and time restrictions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-17-B-0010/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, 200 Barkley Dam Overlook Drive, Grand Rivers, Kentucky, 42045, United States
Zip Code: 42045
 
Record
SN04589401-W 20170723/170721234257-ff72e53e4a1e837014d951deb38eca89 (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.