Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

Z -- Remove and Replace Roof CRL

Notice Date
4/25/2018
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
1232SD18R0018
 
Archive Date
7/31/2018
 
Point of Contact
Jeffery A. Ridenour, Phone: (309) 363-5914
 
E-Mail Address
jeffery.ridenour@ars.usda.gov
(jeffery.ridenour@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service, Sugar Beet Research Unit, 1701 Centre Ave, Fort Collins, CO. 80526. A Request for Proposal will be issued on this Federal Business Opportunities website on or about May 10, 2018 for construction project, Remove and replace existing roof on CRL headhouse, USDA, ARS, CRL, 1701 Centre Ave, Fort Collins, CO. 80526. This announcement is a total set-aside for Small Business Concerns. The USDA is seeking a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the Contract documents, Plans, and Specifications, summary of which is provided below: A. The Contractor shall remove all roofing, roof insulation, roof base flashing, metal wall cap flashing, and metal coping on the roof. B. The Contactor shall apply a Carlisle 725TR or equivalent vapor/ moisture barrier to the concrete deck prior to the installation of new insulation. C. The Contractor shall install new fully adhered tapered insulation to attain a minimum slope of ½" per foot. Carlisle Secure Shield POLYISO Grade 3 Tapered 25 PSI as the top layer and HP-H POLYISO Grade 2 20 PSI base layers or equivalent. Insulation shall be an average R-30. D. The Contractor shall install fully adhered White Thermoplastic Polyolefin, TPO, Membrane, 80 mils thick. Material used shall be energy star rated. E. Contractor shall replace all removed wall cap flashings with new, base and metal. Metal flashing and coping is to be replaced with similar materials and colors. F. Contractor shall paint existing exterior ladders between roof areas. G. Warrantees for 20 years on materials and installation. H. By use of energy star rated roofing materials and increasing insulation to average R-30. Completion Time: 120 calendar days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 238160, Roofing Contractors and size standard $15 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $250,000 and $500,000. The government intends to award a Firm Fixed Price Contract in June 2018. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc is available until issuance of the solicitation on http://www.fbo.gov. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov) on or about May 10, 2018, with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and proposal due date, will be available in the solicitation. No other site shall be used to obtain these documents. All interested offeror's (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the FedBizOpps website. Offeror's are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the System for Award Management database at http://www.sam.gov, shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer, and shall have completed the VETS-4212 report at: http://www.vets4212.dol.gov (if applicable). Address ALL questions in WRITING to the issuing office via email to Jeffery.ridenour@ars.usda.gov. No telephone inquiries will be accepted. No other information regarding scope, dates, etc is available until issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/641c7dd4716fd9143a5085329a873683)
 
Place of Performance
Address: Sugar Beet Research Unit, 1701 Centre Ave, Fort Collins, Colorado, 80526, United States
Zip Code: 80526
 
Record
SN04900254-W 20180427/180425230658-641c7dd4716fd9143a5085329a873683 (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  © 1994-2020, Loren Data Corp.