|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1997 PSA#1771GSA, Public Buildings Service (7PMC),Construction Svcs. Branch,819
Taylor St ., Rm. 12A28,Fort Worth,TX 76102-6105 Y -- ROOF REPLACE, FED. CNTR., FT. WORTH, TX SOL GS-07P-97-HUC-0017
DUE 031397 POC Contact,Carolyn Smith,817/978-7483,Contracting
Officer,Carolyn R. Smith,817 /978-7483 (Y) SIC Code 1761 -- Roof
Replacement, Federal Center, Warehouses 2, 3 and 4, 501 W. Felix St.,
Ft. Worth, TX -- Solicitation No. GS-07P-97-HUC-0017, Project No.
ITX97001. Work shall include, but not limited to the following: Remove
exi sting roof systems, insulation, nailers, associated sheet metal,
accessories, et c., in their entirety as necessary to install the new
roof system, insulation, s heet metal, accessories, etc., as specified;
remove asbestos containing material s; repair damaged or deteriorated
wood roof decking; replace defective, damaged or deteriorated wood roof
decking; perform designated demolition and renovation work and modify
penetrations, supports, curbs, vent units, ducts, as indicated; remove
obsolete penetrations and install new metal plate or wood roof decking
an d necessary structural components to fill in deck openings; remove
and re-instal l mechanical and ventilation equipment where required to
install roof system and flashings; remove and replace deteriorated
existing nailers; modify/install per imeter nailers to as indicated or
as to match new roof insulation and maintain p ositive drainage as
indicated; remove existing and provide new counter flashing at rise
walls and projections as indicated/specified; remove and replace
existin g perimeter gravel stop/fascia, metal edge, gutter and
downspouts, and coping sy stem; furnish all fasteners, closures and
cleats to provide complete watertight installation; renovate all
existing roof drains; water test and clear all drain piping to free
flowing condition; install insulation systems, crickets, saddles, 3-ply
with modified bitumen cap sheet built-up roof system with a floodcoat
and aggregate surfacing and accessories and/or indicated to result in
a complete wa tertight roof system on all areas; remove and replace
existing and install new r oof access ladder; paint all designated new
and existing items. Estimated cost range is between $5,000,000 and
$8,000,000. The project is being procured using informal source
selection procedures which will result in a firm fixed-price aw ard to
the offeror which provides the "greatest value" to the government,
with t echnical ability being more important than price. The term
"similar projects" s hall be defined for evalution purposes as the
installation of multi-ply, hot asp halt roof systems that involved
removal of an existing multi-ply built-up roof s ystem, repairing the
roof deck, and the installation of insulation and tapered i nsulation,
multi-ply built-up roof system with hot asphalt bitumen, sheet metal
fabrications, and roof accessories. The evaluation are, descending
order of imp ortance: (1) Experience, Qualifications, and Capabilities
of Key Personnel (Full Time On-Site Superintendent and Project
Manager). This factor considers the ac hievements or excellence
accomplished on similar projects of at least 250,000 sq uare feet in
size by key personnel within the past 3 years as well as related ed
ucation and training. (2) Past Performance of the Offeror. This factor
consider s thequality of the offeror's past performance in carrying
out work of a simila r nature with reference to such considerations as
timeliness, and technical succ ess. This factor will consider
experience in the successful completion of the i nstallation of
multi-ply, hot asphalt roof systems of at least 250,000 square fe et in
size in the past 3 years. Technical evaluation will be based on
responses to the questionnaire which will be a part of the request for
proposal. Awarde of this contract is contingent upon successful
negotiations of a reasonable price. However, awarde may be made without
discussions. Copies of plans/ specs may be obtained by submitting
requests, accompanied with the non- refundable payment o f $54.00 per
set to: GSA Reproduction Services, Plant No. 57, Attn: harolde Alle n,
501 W. Felix, Whse. 4, P.O. Box 6473, Ft. Worth, TX 76115. Payment may
be mad e by cashier's check or money order payable to: GSA Reproduction
Svcs. Plant #57 and must be annotated with Project No. ITX97001.
Personal and/or company checks will not be accepted. Requests for
shipment of plans/specs via FEDEX or UPS mus t include billing account
number, physical delivery address, and telephone numbe r. The point of
contact for distribution of the solicitation as well as request s for
PLANHOLDERS" LIST is: Harolod Allen at (817) 334-5595. The solicitation
wi ll be issued on or about February 10, 1997, with receipt of
proposals due on or about March 13, 1997. A Pre-Proposal Conference
will be scheduled for or about February 26, 1997. All responsible
sources will be considered. This is a modifi cation to the synopsis
previously sent on January 16, 1997. (0027) Loren Data Corp. http://www.ld.com (SYN# 0173 19970129\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|