SOURCES SOUGHT
Z -- CSAG TAC Roof Replacement of Sections 31, 24, 13, 140, 146 and 148 Building 9001, Tinker Air Force Base, Oklahoma City, OK
- Notice Date
- 3/12/2021 6:00:33 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV21R0035
- Response Due
- 3/30/2021 12:00:00 PM
- Archive Date
- 04/14/2021
- Point of Contact
- Brian Welch, Phone: 4058692617, Gene Snyman, Phone: 9186697010
- E-Mail Address
-
brian.welch@usace.army.mil, gene.snyman@usace.army.mil
(brian.welch@usace.army.mil, gene.snyman@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS CSAG TAC Roof Replacement of Sections 31, 24, 13, 140, 146 and 148 Building 9001, Tinker Air Force Base, Oklahoma City, OK This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will not be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa District has been tasked to solicit for and award for the replacement of roof sections 31, 24, 13, 140, 146 and 148 for the CSAG TAC Roof for Building 9001 at Tinker Air Force Base, Oklahoma City, OK.� Proposed project will be a competitive, firm-fixed price, design/build (2-Phase) contract procured in accordance with Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation using the trade-off process. The type of set-aside decisions to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. Work for this project involves Roof Replacement of sections 31, 24, 13, 140, 146 and 148. The scope of work for each roof section includes: Remove existing coal tar pitch built?up roofing Provide new roof system with a fully adhered 90?mil Ethylene Propylene Diene Terpolymer (EPDM) ��membrane system with a 30 year warranty, with a minimum average R-38� ISO 95+ Polyisocyanurate �tapered insulation, and a vapor barrier on �� gypsum fiber secure rock. The roof system will be designed as a Class A Fire Rated System. Install new roof drain and bowl assemblies. Remove existing 6� by 6� metal plates in designated areas.� Requires access from beneath roof deck. Remove existing expansion joints. Provide new expansion joints. Construct and Install ramps over expansion joints. Remove all existing base flashing, counter flashing, and coping cap metal. Provide new base flashing, counter flashing, and coping cap metal. Remove all abandoned equipment, where identified. Replace existing smoke/heat vents with an updated design to be more resistant to water infiltration. Raise fire hydrant boxes to meet 8� curb height requirement. Design and construct roof system to meet secondary roof drainage requirements. Metal deck replacement, when required. Required Schedule Specifications (SECTION 01 32 01.00 20) on this project. A Designated Authorized Representative for Schedule is required.� Prepare for approval a Project Schedule showing the sequence in which the Contractor proposes to perform the work and dates on which the Contractor contemplates starting and completing all schedule activities.� The scheduling of the entire project, including the design, construction, and close out sequences, will be required.�� The schedule shall be use for forward planning as well as a project-monitoring tool.� Monthly Progress Meetings will be required. In accordance with FAR 36/DFARs 236, the estimated construction magnitude for this project is between $5,000,000 and $15,000,000. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39,500,000.� � Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Anticipated solicitation issuance date for Phase 1 is on or about 22 April 2021, and the estimated proposal due date Phase 1 will be on or about 8 June 2021. The official synopsis citing the solicitation number W912BV21R0035 will be issued under contracting opportunities via www.beta.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute construction, comparable work performed within the past 5 years: ��������� Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00 pm CST �on 30 March2021.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Mail, fax or email your response to Brian Welch, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Brian.Welch@usace.amy.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/54883ef98e804246ba0838b054873a0f/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN05941704-F 20210314/210312230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |