Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1, 2001 PSA #2905
SOLICITATIONS

C -- SAULT STE. MARIE, MI -- DESIGN/BUILD FOR ROOFING

Notice Date
July 30, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060
ZIP Code
44199-2060
Solicitation Number
DTCG83-01-R-3WF360
Response Due
September 6, 2001
Point of Contact
Pamela Komer, Contracting Officer, Phone 216-902-6216, Fax 216-902-6278, Email pkomer@ceucleveland.uscg.mil
Description
Provide all materials and services necessary for the Design/Build to Reroof Family Housing at USCG Group Sault Ste. Marie, MI. Proposals will be accepted for Phase I evaluations at this time. Those proposals that are short listed will be sent additional attachments and reference drawings to facilitate Phase II proposal development. The Design/Build shall include the following: (1) The scope includes the selective removal of the existing roofing, sheathing and insulation at the cathedral ceiling locations, installing new vapor retarder, insulation, baffles and then reinstall sheathing and roofing on existing rafters. The attic ventilation will be supplemented with gable louvers on the A, B and E units and fire rated dampers will be installed in the party walls of the A and B units to allow cross ventilation. Mushroom vents will be added to ventilate lower roofs on the B units and 3 feet of ice shield will be added to the eaves on the living room side of the A and B units as an extra measure of protection from leaks. The composite insulation system will be a combination of rigid and batt insulation to produce the same R value with reduced thickness; (2) Remove the drywall/insulation within the garage areas, lowering the ceiling, and installing the insulation and drywall; and (3) Number of models: 16 A Models ? or 32 housing units, 7 B models ? or 14 housing units and 2 E models ? or 2 housing units. The project is necessary to correct ice damming and water intrusion problems at the housing site. Reports have been developed that determined the primary cause of the ice damming was inadequate ventilation within the cathedral/rafter ceiling areas. =20 The estimated cost of work is $250,000.00 and $500,000.00. The project performance period for design and construction is 270 calendar days. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE IN PHASE TWO WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. The solicitation will be available by internet at the following address: http://www.uscg.mil/mlclant/ceucleveland or http://www.eps.gov . Any prospective offeror interested in submitting an offer on this solicitation must obtain the solicitation from the Internet and download the RFP. The U.S. Coast Guard is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available on the web site on/or about 6 August 2001. This is a Best Value Two Phase solicitation for the Design and Construction of to reroof Family Housing at USCG Group Sault Ste. Marie, MI. The date for receipt of Phase One proposals is 6 September 2001 at 2:30 PM in Cleveland, OH (Attn: Pamela M. Komer/01-3WF360). A detailed project description and overall project performance requirements for this project will be included in the Request for Proposals (RFP) package. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful contractor must design and construct a complete package as described in the RFP documents. One solicitation will be issued covering both phases. Proposals for Phase Two, and any amendment(s), will be issued to those selected offerors. Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request for Proposals. A maximum of five firms will be invited to participate in the second phase. Phase One proposals will be evaluated on the areas of (1) Technical Approach, (2) Organization, (3) Recent Relevant Past Performance, and (4) Familiarity with cold weather climates (ice/snow). (Clearly mark your submission with TABS for each area of evaluation (i.e. 1 ? Technical Approach etc.) Phase Two proposals shall include Pro Forma Requirements and Financial Statement. Phase Two proposals will be evaluated on the areas of (1) Recent Relevant Past Performance, (2) Key Personnel Experience and Qualifications, (3) Preliminary Quality Control Plans, (4) Preliminary Project Schedules, and (5) Price. The solicitation is unrestricted IAW the Small Business Competitiveness Demonstration Program. (Both A/E and Construction firms may submit a proposal.) The applicable NAICS is 235610 (1761) ? Roofing or 541310 (8712) ? Architectural Engineering Services ATTN: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT?s Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1M. DOT?s Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGCEUC/DTCG83-01-R-3WF360/listing .html)
Record
Loren Data Corp. 20010801/CSOL005.HTM (D-211 SN50T469)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 30, 2001 by Loren Data Corp. -- info@ld.com