Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

R -- Update ROOFER System

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-T-4095
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
*Combined Synopsis/Solicitation Notice Synopsis* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested from five small business companies with previous knowledge of the requirement. This Statement of Work identifies the requirements from the Naval Facilities Engineering Service Center (NFESC), for engineering services to Update the ROOFER System and do Metal Roof Inspections at the Fleet Readiness Center East, Cherry Point, NC. Scope for Roof Inspections Fleet Readiness Center East, Cherry Point, NC ROOFER System and Metal Roof INSPECTIONS 1. INTRODUCTION: The U.S. Army Construction Engineering Research Laboratory (USACERL) developed a Roofing Engineered Management System called ROOFER. The ROOFER process, implemented with Micro ROOFER software, helps Public Works installation engineers and maintenance personnel develop practical decision-making cost-effective strategies for the maintenance and repair (M&R) of their activities roofing systems. The ROOFER process provides assistance to installations through generation of the following: a. Collection of roof inventory. b. Development of systematic inspections schedules. c. Assessment of roof condition. d. Calculation of the Membrane Condition Index (MCI), Flashing Condition Index (FCI), and Insulation Condition Index (ICI). e. Derivation of the Roof Condition Index (RCI) from the MCI, FCI, and ICI. f. Identification and prioritization of maintenance requirements. g. Cost estimates for identified maintenance and repair work. h. Prediction of future roof condition. i. Economic analysis of the consequences of postponed work. j. Generation of annual and multi-year M&R work plans. 2. BASE OBJECTIVES: This scope of work covers all buildings listed in the attached building list. All buildings are located at Fleet Readiness Center (FRC) East, Marine Corps Air Station, Cherry Point, North Carolina. All roof access can be gained by either existing internal/external access stairs, ladders or a contractor provided portable extension ladder. Scope shall include the accomplishment of the following: a. Visual roof and flashing inspection. b. Conduct core sampling (1 per section). c. Input all visual inspection defect information into the Micro-ROOFER. d. Input insulation type and noted core condition information into the Micro-ROOFER database. e. Generate accurate AutoCAD roof plans indicating all noted roof membrane defects. f. Generate ROOFER Network Analyses and Project Analyses reports. g. Perform thorough visual inspection of all metal roofs identified by an ?S? in the attached. h. Perform visual inspection of all panels, coating, fasteners, seams, attachment, flashing, gutters, guy wire supports, and accessories. i. Provide roof assessment information in a complete and organized fashion to the installation roofing manager and technical POC shown here in paragraph 4. j. Create and provide to the installation roofing manager AutoCAD files of the standard ROOFER inspection sheets annotated with all inspection and roof inventory information as indicated in paragraph 10e. k. For metal roofs, create and provide to the installation roofing manager AutoCAD files of the roof with all inspection and roof inventory information as indicated herein. The NAICS Code for this procurement is 541330 and the size standard is 500 Employees. The proposed contract action is for engineering services for which the Government intends to solicit to five small business companies. Interested parties may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, inquires received within 10 days after date of publication of this synopsis will be considered by the Government. A determination by the Government to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement at a later time. ******************************************** Note:
 
Place of Performance
Address: Fleet Readiness Center East, Cherry Point, NC
Zip Code: 28530
Country: UNITED STATES
 
Record
SN01381632-W 20070824/070822222431 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.