Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
MODIFICATION

Z -- PERI Visitor Center Roof Replacement.

Notice Date
4/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NPS, MWR - Missouri MABO 413 S. 8th Street Springfield IL 62701 US
 
ZIP Code
00000
 
Solicitation Number
140P6218R0015
 
Response Due
5/7/2018
 
Archive Date
12/31/2018
 
Point of Contact
Logsdon, Kathryn
 
Small Business Set-Aside
HUBZone
 
Description
UPDATE OF 4/13/2018 for PRESOLICITATION NOTICE for RFP 140P6218R0015 - PEA RIDGE VISITOR CENTER REPLACEMENT ROOF The site visit for this requirement remains scheduled for Monday, April 16, 2018 at 10:00 a.m. at Pea Ridge National Military Park, Visitor Center, 15930 Highway 62, Garfield, Arkansas 72732 Due to unforeseen events, the solicitation has not yet posted but will be accessible online via www.fbo.gov and www.fedconnect.net no later than 3:00 p.m. on Saturday, April 14, 2018. _____________________ DESCRIPTION: On or about April 4, 2018, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, intends to issue a Request for Proposal (RFP) 140P6218R0015 to solicit proposals for replacement of the roof on the Visitor Center at Pea Ridge National Military Park, located at 15930 Highway 62, Garfield, Arkansas 72732. SUMMARY: The work will consist of the Contractor providing all labor, supervision, materials, tools, equipment, supplies, transportation, vehicles and other items, services and incidentals necessary to replace the existing asphalt shingle roof and associated components with a standing seam metal roof on the Visitor Center at the Pea Ridge National Military Park, located at 15930 Highway 62, Garfield, AR 72732. Contractor will remove and dispose of existing asphalt roof, and provide and install new standing seam metal roof and associated components in accordance with the project documents; the project documents will be posted with the forthcoming solicitation. a. Roof area replacement is anticipated to be approximately 11,500 sq. ft. Work will include removal of all existing asphalt shingles and underlayment; removal and replacement of approximately 200 sq. ft. of damaged roof decking, installation of roofing underlayment, standing seam metal roof panels, vented ridge caps on the two main roof ridges, eight (8) roof vents, six (6) plumbing vents, flashing, counter flashing, drip edge and all necessary hardware and accessories to provide for a fully weathertight roofing system. b. Work also includes approximately 365 feet of gutter replacement, approximately 200 feet of downspout replacement, approximately 680 feet of soffit replacement, and approximately 680 feet of fascia replacement. c. Additionally, approximately 80 feet of new gutter and two (2) downspouts (approximately 30 feet) will be installed on the northwest roofline of the building's maintenance shop area. d. All work is to be performed according to manufacturer's recommendations and the project documents. Should the manufacturer's recommendations and the contract's project documents be in conflict, offeror should address with the Contracting Officer for resolution. e. Offeror is responsible for field verification of measurements prior to submitting a proposal. Failure by the offeror to verify the government's approximated measurements prior to submitting a proposal shall not constitute grounds for a claim after contract award. f. All work required by the project documents, which will be posted with the solicitation, will be accomplished by the Contractor even though minor items/services required to satisfactorily complete the work may not be specifically mentioned. g. The work of this project is to be performed during the Park's normal business working hours of 7:00 a.m. to 4:30 p.m. central time, Monday through Friday, except when otherwise indicated. All federally-recognized holidays will be observed during the course of the contract. The building will be occupied by Park staff, and frequented by visitors and guests throughout contract performance; therefore, Contractor is expected to coordinate with the Park's Representative and conduct the work so as to minimize disruption to Park operations and visitors to the extent practical. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded in the mid to late May 2018 timeframe. Award will be made to only one successful offeror. Davis Bacon Prevailing Wages will apply. BONDING: a. PRIOR TO SOLICITATION CLOSING DATE AND TIME: Offeror is required to submit to the Contracting Officer a Proposal Guarantee prior to the solicitation closing date and time. The amount of the guarantee shall be twenty percent (20%) of the Offeror's proposal price, or Fifty Thousand Dollars ($50,000); whichever is less. The ORIGINAL HARDCOPY "Proposal Guarantee" must be received in the contracting office no later than the closing date and time of the solicitation. An emailed copy of the proposal guarantee CANNOT be substituted for the original. Proposal Guarantee is to be submitted on the SF-24 Bid Bond form. b. AFTER CONTRACT AWARD: Within ten (10) calendar days of the contract award date, the successful offeror is required to submit to the Contracting Officer, Payment and Performance Bonds in the amount of 100% of the original contract price. PERIOD OF PERFORMANCE: The period of performance will be one hundred twenty (120) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. This also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. MAGNITUDE OF PROJECT: Between $100,000 and $250,000. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238160. SMALL BUSINESS SIZE STANDARD: $15.0 million SET ASIDE: This opportunity is set aside for HUBZone Small Business concerns. The Historically Underutilized Business Zone (HUBZone) Act of 1997, (15 U.S.C. 631) created the HUBZone Program to provide Federal contracting assistance for qualified small business concerns located in historically underutilized business zones, in an effort to increase employment opportunities, investment, and economic development in those areas. Pursuant to FAR Subpart 19.1303(d), to be eligible for a HUBZone contract, a HUBZone small business concern must be a HUBZone small business concern both at the time of its initial offer and at the time of contract award. Also note the contract performance cost for personnel as stated in FAR 52.219-3(d)(4). "(4) Construction by special trade contractors. (i) At least 25 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns." SITE VISIT: There will be only one scheduled pre-proposal site visit. The location, date, and time for that site visit is as follows: Location: Pea Ridge National Military Park Visitor Center 15930 Highway 62 Garfield, Arkansas 72732 Date: Monday, April 16, 2018 Time: 10:00 a.m. central time Offerors are encouraged and expected to attend the scheduled site visit, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Persons planning to attend should contact the Contracting Officer by e-mail prior to 4:00 p.m. central time on Friday, 4/13/2018 informing her of your intention to attend. Contracting Officer:Kathryn M. Logsdon E-mail: kathryn_logsdon@nps.gov PUBLICIZING: The official solicitation package (RFP) is anticipated to be issued and available on or about Wednesday, April 4, 2018 and will be posted to the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The keyword/solicitation/reference number for the solicitation will be RFP 140P6218R0015. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the offerors to monitor the FBO and FedConnect websites to download the solicitation, specifications and drawings, other attachments, and all amendments issued against the solicitation. This Presolicitation Notice does not constitute a solicitation; it is only advance notification that a solicitation for proposals will be forthcoming. All contract specification documents shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response time for submission of all proposals will be Monday, May 7, 2018 at 3:00 p.m. central time. The method in which proposals are to be submitted and the criteria used to evaluate the proposals will be announced in the forthcoming solicitation. This will be a competitive selection subject to FAR 15.101-1, Tradeoff Process. The Government will make a single award of a firm fixed-price construction contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation requirements, will be the best value and most advantageous to the Government when applying the trade-off methodology of evaluation for selection. REGISTRATION: Pursuant to FAR Subpart 19.1303(d), to be eligible for a HUBZone contract, a HUBZone small business concern must be a HUBZone small business concern both at the time of its initial offer and at the time of contract award. All offerors are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a HUBZone small business under the NAICS Code of 238160, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful offeror to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful offeror. *NOTE: Unique Entity Identifier (UEI) number - formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218R0015/listing.html)
 
Place of Performance
Address: Pea Ridge National Military Park Visitor Center 15930 Highway 62 Garfield AR 72732 USA
Zip Code: 72732
 
Record
SN04888816-W 20180415/180413230638-26368c42f0d8f81f80e8047ca28af430 (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.