Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
MODIFICATION

Z -- IDC Repair Roofs Base Facilities/TWCF/Base Housing

Notice Date
1/19/2006
 
Notice Type
Modification
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 62nd CONS, 100 MAIN ST, SUITE 2001 P O BOX 4178, McChord AFB, WA, 98438
 
ZIP Code
98438
 
Solicitation Number
FA4479-06-R-0001
 
Point of Contact
Richard Risso, Lead Contract Specialist, Phone (253) 982-3879, Fax (253) 982-3656,
 
E-Mail Address
richard.risso@mcchord.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The work consist of furnishing all plant, labor, equipment and materials to remove and provide new roofing systems with associated miscellaneous repairs in various locations, including Military Family Housing Area, at McChord Air Force Base. The Contracting Officer or his authorized representative will designate the exact areas and locations on which work is required and the type of work to be performed in each location. The following items are a brief summary of the project and are provided solely for the purpose of revealing the general nature of the work involved. The Contractor is responsible for accomplishing all items of work in accordance with the applicable drawings, specifications and provisions of the contract. Any sundry labor, materials, equipment, and/or appurtenances not specifically detailed or specified, but required to complete the project, shall be provided as an integral part of scope hereinafter specified. 1. Remove existing built-up roofing and flashing complete. Provide new Built-up mineral surfaced or aggregate surfaced roofing and flashing. Remove existing deteriorated sub structures, insulation and fascia and provide new where directed. Remove existing gutters and downspouts complete. Provide new gutters, downspouts and splash blocks. 2. Remove existing asphalt shingles and provide new asphalt shingle roofing. Remove existing deteriorated plywood sheathing, insulation and fascia and provide new sheathing, insulation and fascia where directed. Remove existing gutters and downspouts complete. Provide new gutters, downspouts and splash blocks. 3. Remove existing Metal Roofing and provide new metal roofing. Remove existing deteriorated sub-structure, insulation and fascia. Provide new substructure, insulation and fascia where directed. Remove existing gutters and downspouts complete. Provide new gutters, downspouts and splash blocks. 4. Remove existing Clay/Concrete/Slate Tiles and provide new Clay/Concrete/Slate tile roofing. Remove existing deteriorated sheathing, insulation and fascia and provide new sheathing, insulation and fascia where directed. Remove existing gutters and downspouts complete. Provide new gutters, downspouts and splash blocks. 5. Remove existing EPDM or Modified Bitumen roofing and provide new EPDM or Modified Bitumen roofing. Remove existing deteriorated sheathing, insulation and fascia and provide new sheathing, insulation and fascia where directed. Remove existing gutters and downspouts complete. Provide new gutters, downspouts and splash blocks. The applicable NAICS Code is 238160 with a small business size standard of $12,000,000. The magnitude of construction is between $1,000,000 and $5,000,000. As provided by FAR 19.1405 this acquisition is being set-aside for Service-Disabled Veteran Owned contractors. Award of a contract from this solicitation will be made on the basis of Best Value to the government using past performance and price. The Government reserves the right to award a contract to other than the lowest price offeror. All relevant solicitation documents including specifications and or drawings will be made available for download exclusively from the internet by accessing the Federal Business Opportunity (FBO) Website http://www.fedbizopps.gov by following the links on the FBO website to: DOD, USAF Offices, Air Mobility Command, 62nd CONS. Paper copies will not be available. Once the solicitation is posted, interested parties to must review the website frequently for updates and amendments to any and all documents; and verifying the number of amendments issued prior to the due date for proposals. The closing date and time for submitting proposals will be contained within the solicitation package. All potential sources must obtain a DUNS number and be registered in the Central Contractor Register (CCR) in order to transact business with the Department of Defense (DOD). Lack of registration in the CCR database and failure to obtain a DUNS number will make an Offeror ineligible for award. ***NOTE*** This RFP is on hold indefinitely as of 19 January 2006 pending revisions to the specifications. A new date for release is pending and will be advertised in a future notice. This delay is not anticipated to be longer than 30 calendar days. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-MAY-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/62CONS/FA4479-06-R-0001/listing.html)
 
Place of Performance
Address: McChord AFB, Washington
Zip Code: 98438
Country: U.S.
 
Record
SN01045930-F 20060512/060510223230 (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.