Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

Z -- RECOVERY - ROOFING CONSTRUCTION CONTRACTOR EXPERIENCED IN VERTICAL WATERPROOFING AND POROPER JOINT REPAIRS TO REPAIR WATER LEAKS, AND PERFORM A TOTAL ROOF AND WALL JOINT INSPECTION TO IDENTIFY AND REPAIR POTENTIAL MOISTURE INFILTRATION AREAS, ANCHORAGE AK

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NWWG150917375CMM
 
Archive Date
9/18/2009
 
Point of Contact
Carey M. Marlow, Phone: (816)426-7460
 
E-Mail Address
carey.m.marlow@noaa.gov
(carey.m.marlow@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TITLE: RECOVERY - IN COMPLICANCE WITH THE TRANSPARENCY AND ACCOUNTABILITY REQUIREMENTS ASSOCIATED WITH THE SUPPLEMENTAL APPROPRIATIONS PROVIDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA), PUBLIC LAW 111-5, THE DEPARTMENT OF COMMERCE, NATIONAL OCEANIC AND ATMOSPHERIC ADMISISTRATION (NOAA), EASTERN REGION ACQUISITION DIVISION (ERAD) IS SEEKING QUOTES FROM A ROOFING CONSTRUCTION CONTRACTOR EXPERIENCED IN VERTICAL WATERPROOFING AND PROPER JOINT REPAIRS TO REPAIR WATER LEAKS, AND PERFORM A TOTAL ROOF AND WALL JOINT INSPECTION TO IDENTIFY AND REPAIR POTENTIAL MOISTURE INFILTRATION AREAS TO PREVENT FUTURE WATER LEAKS CAUSED BY WIND DRIVEN RAIN, MELTING SNOW, AND ANY OTHER FORMS OF POSSIBLE MOISTURE INFILTRATION AT THE NATIONAL WEATHER SERVICE (NWS) WEATHER FORECAST OFFICE (WFO) LOCATED AT 6930 SAND LAKE ROAD, ANCHORGE ALASKA 99502. Work to be performed will consist of the following: 1.0 PURPOSE RECOVERY- To obtain an independent roofing construction contractor experienced in vertical waterproofing and proper joint repairs to repair water leaks; and perform a total roof and wall joint inspection to identify and repair potential moisture infiltration areas to prevent future water leaks caused by wind driven rain, melting snow, and any other forms of possible moisture infiltration. 2.0 DESCRIPTION OF THE PROJECT The Anchorage Weather Forecast Office/River Forecast Center (WFO/RFC) facility located at 6930 Sand Lake Road, Anchorage, Alaska 99502 has incurred water leaks during wind-blown rain events, melting snow, and during moderate to heavy rain events. The roof was surveyed and the field of the roof and the membrane itself do not appear to contribute to the leaks except for one area where a lightning cable penetration was installed after the roof was completed. Most leaks occur between the Exterior Insulation Finishing System (EIFS) and the roof joint and involve cracks around joints and sealant failure. The successful bidder will be expected to repair existing, identified leaks and inspect and repair other potential leak areas. 3.0 SCOPE OF WORK The successful bidder will make repairs to the Anchorage WFO/RFC to fix the existing leaks and inspect the entire structure and repair any additional potential leak areas. The contractor shall confirm the repairs identified in the Anchorage WFO/RFC Roof Leak Investigation and provided as Government Furnished Information (GFI) which include: 1. Remove the insulation and pavers in the SW corner of the east roof and properly repair the damages around the lightning rod penetration. Then re-install the insulation and pavers. 2. Properly seal the EIFS-roof joints and adjacent holes. It is recommended that all EIFS-roof joints be sealed because the mesh and plastic are exposed in most areas. This includes the joint along both sides of the penthouse, the lower-roof and on the small roof above the west and south curtain walls as well. 3. Properly repair the cracks in the EIFS finish. A complete visual inspection should be done on the building and all cracks repaired at the same time. This will restore the exterior water-shedding ability of the EIFS to their original levels. 4. Properly repair the sealant joints on the building exterior. A complete visual inspection should be done on the building and all sealant joints repaired at the same time to restore the water-tightness of the building. This would include all metal to EIFS joints as shown in photos 14, 20, 22, and 24-26. 5. Repair the metal closure along the bottom of the curved metal roof by bending the metal back and crimping the edges. 6. Remove the metal fascia, scupper and cap on the west eyebrow roof over the entry and repair any deficiencies found. Reinstall or replace if required. 3.1 Proposal: The successful bidder will be selected based on experience, technical approach to making the repairs, and cost to complete the work. 3.2 Travel: Any costs for travel will be included in the proposal. 4.0 REQUIREMENTS Each potential contractor will be expected to: 1. Review the Anchorage WFO/RFC Roof Leak Investigation report and describe methods/processes they will use to make the repairs. 2. Provide a description of past projects with similar type repairs. 3. Describe the process they will use to inspect the joints and to evaluate other potential leak areas. 4. Provide a proposed cost to complete the repairs and do the inspection with a breakdown for each and estimate cost for additional repairs if identified. 5. Provide a timeline for when the repairs will be completed. 5.0 DELIVERABLES The successful bidder will: 1. Make the repairs identified in the Anchorage WFO/RFC Roof Leak Investigation report. 2. Identify and make additional repairs required from their complete inspection. 3. Submit a short report once repairs are made including pictures of before and after. 4. Submit one invoice for payment upon completion of the work. 6.0 COMMENCEMENT, PROSECUTION AND COMPLETION: The Contractor shall be required to (a) commence work under this task order within 10 days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 calendar days from date of notice to proceed. The time stated for completion shall include final cleanup of the premises. 7.0 INSPECTION AND ACCEPTANCE: All work will be inspected by the Government for adherence to the Performance Work Statement. Acceptance will be made upon the Government's determination that all materials and installation passed the Government's inspection as stated above. 8.0 WAGE DETERMINATION: Department of Labor General Wage Determination Number MS20070055 is incorporated into this award. The workers who will be employed in the performance of this contract must be paid in accordance with the Wage Determination. This Determination is issued under the provisions of the Davis-Bacon Act. 9.0 WARRANTY: Contractor shall supply a 2 year no-dollar limit (NDL) warranty for the work and all related components. Contractor shall inspect all parts of their work after the first year and make any necessary corrections. 10.0 GOVERNMENT FURNISHED INFORMATION The contractor will have access to: - National Weather Service, Anchorage Weather Forecast Office/River Forecast Center (WFO/RFC) Roof Leak Investigation - WFO/RFC Anchorage As-Built Drawing To arrange site visit please contact Ted Timmons at (907) 271-1557. Any business interested in this project must respond to this announcement within 10 calendar days after publication of this notice, in order to receive a copy of the Request for Quotation. The Request for Quote (RFQ) will be posted on FedBizOpps within approximately 10 calendar days and interested parties can either download the RFQ or request a copy. To request a copy send email to carey.m.marlow@noaa.gov. The NAICS code for this action is 238160. The acquisition will be conducted under the guidelines of FAR Part 12, Commercial Acquisition Procedures. The Eastern Region Acquisitions Division requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Point of Contact Carey Marlow, Contract Specialist, Phone (816) 426-7460.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWG150917375CMM/listing.html)
 
Place of Performance
Address: NWS WFO ANCHORAGE AK, 6930 SAND LAKE ROAD, ANCHARAGE, AK 99502, ANCHORAGE, Alaska, 99502, United States
Zip Code: 99502
 
Record
SN01897557-W 20090805/090804000243-50101b54c8d695592fe3ccae23f9b501 (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.