Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

Z -- FCI II BUTNER � REPLACE ROOFS

Notice Date
4/19/2023 3:12:01 PM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA023B00000015
 
Response Due
5/1/2023 12:00:00 PM
 
Point of Contact
Kimberly Johnson, Phone: 2025986059
 
E-Mail Address
knjohnson@bop.gov
(knjohnson@bop.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE.� THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. �A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.� � PLEASE READ ALL INFORMATION CONTAINED HEREIN BEFORE RESPONDING.� PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERVIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT AS IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED. The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project titled �Replace Roofs� at the Federal Correctional Institution 2 (FCI 2) located in Butner, North Carolina. FCI 2 Butner is a federal correctional facility located at 7799 Old Oxford Rd, Butner NC 27509. �The project consists of furnishing all equipment, materials, and labor for the complete construction of the work. The work consists of all parts, materials, and services to properly REPLACE ROOFS at FCI 2.� A brief description of the work is as follows: The contractor shall certify and install a new roof system, to cover the existing deck. The new roof is to be fully? adhered reinforced thermoplastic polyolefin (TPO) membrane in compliance with ASTM D6878, minimum thickness 72 mils, placed over polyisocyanurate insulation and fiberglass?faced gypsum cover board, mechanically attached to the existing deck. Flashing membranes, fasteners, miscellaneous materials, and hot?air?welded lap seams shall be as required by the manufacturer for the specified wind loads and warranty. Provide all new sheet metal flashing and trim around the perimeter of the roof, new expansion joints, and at all rooftop equipment and roof penetrations. All work shall be consistent with the published recommendations of the National Roofing Contractors Association (NRCA) and Sheet Metal and Air Conditioning Contractors National Association (SMACNA). The roof slope is to be achieved using uniform?thickness insulation over the existing sloped structure, with tapered insulation saddles between roof drains. System shall be rated for wind speed up to 120 MPH, with loads calculated according to the International Building Code, 2018 edition, for Risk Category III, Exposure Category C. Unless noted otherwise in the SOW. Insulation on the field of the roof shall have minimum R?Value of 30 and shall be placed in not less than two layers with joints staggered. The contractor will install a walk pad material to all equipment on the roof. The walk pads will also be placed at a distance of 15 feet from the perimeter of the roof for staff to perform security checks of the roof. This will also act as a safety/fall protection zone barrier. The walk pads must be a different color than the roof. The contractor will be responsible for removing and reinstalling the existing lighting protection system. The�contractor will be responsible for removing any equipment on the roof to properly install roofing. The TPO membrane will wrap over top of the parapet wall to seal off top of wall. The contractor must provide a nonfixed handrail system for all equipment within the 15 foot safety boundary to the parapet wall. See the Statement of Work/Specifications attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work.� Access to the specifications and drawings attachments will require an active vendor registration at https://SAM.gov as well as your Marketing Partner Identification Number (MPIN) associated with your SAM registration.� If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between More than $10,000,000 (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range.� It merely conveys that the estimate/budget lies somewhere within that range).� The North American Industrial Classification System (NAICS) code applicable to this requirement is 238160 (Roofing Contractors) with a corresponding small business size standard of $19.0 million.� To be considered an interested vendor, you must possess this NAICS code in your beta.SAM.gov registration. Interested bidders must be registered in the SAM at www.sam.gov. The FBOP is seeking small business contractors for this project.� Your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above.� Interested small business contractors are requested to respond to this notice by adding their names to the Interested Vendors List for this posting on the SAM website at https://sam.gov.� You must be logged in to your vendor account in order to access the Interested Vendors List.� Please add your business name only if you are interested in submitting a bid as a Prime contractor and are capable and eligible to compete for and perform this project.� This notice is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of the project.� The FBOP does not award subcontracts.� Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor.� The FBOP has no privity of contract with subcontractors.� The pre-solicitation synopsis of proposed contract action (to be posted at a later date) will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor www.sam.gov for all future updates.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f274504ee0f42c78c02945045ed7163/view)
 
Place of Performance
Address: Butner, NC 27509, USA
Zip Code: 27509
Country: USA
 
Record
SN06656436-F 20230421/230419230119 (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 |
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.