Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

Z -- Roof Repair at JTF - Package #1

Notice Date
10/6/2011
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (2PMC-U), Plattsburgh BMO, 23 Brinkerhoff Street, Plattsburgh, New York, 12901-2012
 
ZIP Code
12901-2012
 
Solicitation Number
GS02P12PAP0002
 
Archive Date
11/10/2011
 
Point of Contact
Colleen E. Carey, Phone: 518-431-4197, Matthew J Murphy, Phone: 518-431-0315
 
E-Mail Address
colleen.carey@gsa.gov, matthew.murphy@gsa.gov
(colleen.carey@gsa.gov, matthew.murphy@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Roof Drawing JTF •PART 1 - GENERAL •1.1 PROJECT IDENTIFICATION •A. Project Name and Location: Roof Repairs at the James T. Foley Courthouse, 445 Broadway Albany, NY 12207 •B. Project Summary Description: Rain water leak issues on the North East roof area need to be located, identified and repaired. The project will consist of the following; supply all labor, supervision, tools and material. Work will be scheduled and conducted during times specified by GSA. All work is to be performed within normal codes and practices of the trade. The project includes but is not limited to the following work: James T. Foley U.S. Courthouse Roof Repairs to Stop Rain Water Leaks •t Inspect roof membranes, parapet walls, flashings, pipe penetrations, roof drain areas, equipment curbing, walking pads, etc...to include all potential sources of leaks. •t Identify sources of rain water leaks and document leak locations on drawing. •t Clean roof membrane or other surfaces to industry standards in areas to be repaired. •t Make industry standard repairs to holes, tears and split seams, penetrations of any sort etc... on existing roof surfaces, flashings, drains and parapet walls or other areas identified as leaking. See attachment for location of area to be repaired. •t Water test repaired areas after work is completed to the satisfaction of the government representative. •t One year guarantee on repairs. Insert brief project description. Retain one of the two following paragraphs as applicable. •C. The General Services Administration is the building owner. If applicable, substitute "Engineer" for "Architect" in the following paragraph. Insert name and address of Architect. Retain the following paragraph if project is managed for the Government by a Construction Manager. •D. The Project Manager is: Ken Simmons •E. The Assistant Property Manager is: John Sargent Insert Construction Manager's company name, address, telephone number and contact person's name. •F. The Contracting Officer for the project is: Stephen Cox, Property Manager Insert name, address, telephone number and fax number of Contracting Officer. Insert additional similar paragraphs if appropriate for the Contracting Officer's Representative and other Government personnel with primary project responsibilities. Retain the following article if phased construction is required; revise as required to suit project conditions. Delete article if project phasing, including completion times, is described in Division 0 Section Supplementary Conditions." •1.2 WORK SEQUENCE Insert lapsed completion time from start of project. •A. The following work shall be completed, including the time to order materials and equipment, within 60 calendar days after notice to proceed. All work will be done during business and non-business hours per recommendations by GSA. Insert description of phase work Repeat the paragraph above, inserting correct phase number and adding lapsed time and description of work for each additional phase. For last phase use the following paragraph. Retain the following article if work of the contract depends on successful completion of work performed under other contracts or vice versa. Delete article if work under other contracts, including timing, is described in Division 0 Section Supplementary Conditions." •1.3 WORK UNDER OTHER CONTRACTS •A. The Contractor shall cooperate with other contractors performing work in the building, including providing labor, materials and other costs necessary to satisfactorily coordinate the Contract work with work performed under other contracts. This includes such things as utility shutdowns, and use of service elevator and loading dock. Retain the following paragraph when work of other contracts is expected to be complete before work of this contract begins. Revise as required to suit project conditions. Repeat the subparagraph above with sub-subparagraphs for each additional separate contract to be complete before this Work begins. Retain the following paragraph when work of other contracts will be conducted concurrently with the Work of this Contract. Revise as required to suit project conditions. Repeat the subparagraph above with sub-subparagraphs for each additional separate contract to be conducted concurrently with the Work of this Contract. Retain the following paragraph when work under future contracts depends on successful completion of Work performed under this Contract. Revise as required to suit project conditions. Repeat the subparagraph above with sub-subparagraphs for each additional separate contract for future work. Retain the following article if the Government is to furnish any property, such as equipment, for the Contractor's installation. Delete article if Government-furnished property is listed and described in Division 0 Section Supplementary Conditions." •1.4 SCHEDULE OF GOVERNMENT-FURNISHED PROPERTY •A. The project includes the following Government furnished property to be installed by the Contractor: None •1.5 MISCELLANEOUS PROVISIONS The following sample paragraphs may apply; delete or retain and revise as required to suit project conditions. •A. Work in the extension of existing conditions shall correspond in all respects with the existing conditions to which it connects, or to similar existing conditions, in materials, workmanship and finish. •B. Alterations to Existing Conditions: Existing conditions shall be cut, drilled, removed, temporarily removed, or removed and replaced, as necessary for performance of work under the Contract. •1. Replacements of existing conditions that are removed shall match similar existing conditions. •2. Unless otherwise indicated, existing structural members shall not be cut or altered without authorization by the Contracting Officer. •3. Conditions remaining in place, which are damaged or defaced during the Work, shall be restored by roof contractor to the condition existing at time of award of contract. •4. Unfinished surfaces exposed by removal of existing conditions, that are indicated to be final exposed surfaces, shall be refinished or replaced as necessary to produce uniform and harmonious contiguous surfaces. If applicable, select one of the 3 following paragraphs and revise as required to suit project conditions. •C. Existing structures will remain in place. If applicable, select one of the 4 following paragraphs and revise as required to suit project conditions. •D. Existing utility services with related meters and equipment will remain in place. •E. All removed items and trash shall be disposed of according to local ordinances. Retain the following paragraph if computer-recognition of year-2000 after year-1999 remains an issue; delete paragraph if all work occurs after year-2000. •PART 2 - PRODUCTS - Before ordering, provide equipment cuts and other information in the form of a product submittal for approval by the project manager for the following items: None •PART 3 - Quality Assurance Contractor shall furnish all labor, tools, materials and equipment to perform this work. Any building components or systems disturbed must be restored and patched to original condition as well as all government property of any kind are to be protected from any damage what so ever. All work must comply with all applicable building codes, regulations and standards. The area shall be cleaned before final inspection. The contractor shall properly dispose of all trash daily. PART 4- Security After award, a security clearance shall be obtained by all persons on the contractor's workforce, including the general contractor foreman, supervisory project manager, all tradespersons and all sub- contractors' labor force. Within 14 days of contract award, the contractor shall have submitted all completed security clearance application documents as follows for those employees designated to work on this project: •q SF-85P, Questionnaire for Public Trust Positions •q FD-258 Fingerprint Card (two copies) •q Copy of Social Security Card •q Copy of Drivers License •q Copy of Naturalization Documents if applicable •q Copy of Alien Card if applicable The security clearance forms will be provided by GSA. Fingerprint cards shall be typewritten, with signatures in all designated locations on the forms. Contractor employees and subcontractor employees will not be allowed on the work site until after they clear security. The failure of any applicant to clear security will not be considered a valid justification for time extensions or failure to meet project milestones and schedules unless the government causes the delay. Those persons who have cleared security within the last 3 years do not need to complete all security clearance documents. However, they do need to submit their name, social security number, date of birth and completed Form FD-258, Fingerprint Card. These security clearance procedures are mandatory. All contract workers shall sign their names in the contractor log book every day at the time they arrive the building to work and when they leave for the day. The contractor log book is located at the main entrance of the building. SITE VISIT: SCHEDULED FOR OCTOBER 20, 2011 AT 11:00AM. NO OTHER SITE VISIT WILL BE SCHEDULED. HIGHLY RECOMMENDED TO ATTEND THE SITE VISIT. THIS SOLICITATION IS SUBJECT TO AVAILABILITY OF FUNDS - FAR 52.232.18
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCU/GS02P12PAP0002/listing.html)
 
Place of Performance
Address: James T. Foley, 445 Broadway, Albany, New York, 12207, United States
Zip Code: 12207
 
Record
SN02603961-W 20111008/111006234841-69cce0da72db505e7256338d130c30bd (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.