Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

Z -- ROOFS Tunison Laboratory of Aquatic Science, Cortland NY

Notice Date
7/24/2014
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G14PS00607
 
Response Due
8/25/2014
 
Archive Date
9/24/2014
 
Point of Contact
Donald Downey
 
E-Mail Address
DON DOWNEY ddowney@usgs.gov
(ddowney@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A PRE-SOLICITATION. This is the actual solicitation. For more information please go to www.fedconnect.net. Due to system communication errors Solicitation Number: G14PS00607 is hereby issued to replace Solicitation Number: G14PS00293. The Department of Interior (DOI), U.S. Geological Survey (USGS), Tunison Laboratory of Aquatic Science (TLAS), the Upper and Lower Research and Development buildings, and the Service Building require the roofs to be replaced/resurfaced with a metal roofing system. The procurement will be for: CLIN 00010 Base Building Roof: The Lower Research and Development (R&D) Building, subject to available funds; Optional CLIN 00020 The Service Building Roof, subject to available funds; and Optional CLIN 00030 The Upper R&D Building Roof, subject to available funds. G14PS00293 Amendment 00001: Site Visit and Marketplace Questions and Answers 1 through 10: 1. Where do we send proposal packages? Answer: Proposals are accepted electronically. Proposals can be sent using the www.FedConnect.net system or can be sent via email to ddowney@usgs.gov. 2. Is a bid bond required? Answer: No. A Bid Bond is not required. 3. Is the contractor required to obtain the building permit from the Town of Cortlandville for this project? Answer: The contractor shall follow all local, state, and Federal regulations and codes. If Cortland requires a building permit, then the contractor shall obtain the permit. 4. Is a concealed-fasteners, standing seam system acceptable as a seamless system? Answer: Yes, a standing seam system is acceptable. To be considered seamless, the roof system shall have no horizontal seams from the peak of the roof to the eaves. 5. Is a 50-year warranty required? Answer: Yes, a minimum 50-year manufacturer's warranty is required. The minimum warranty requirements are: FIFTY (50) YEAR FULLY TRANSFERABLE LIMITED WARRANTY; FIFTY (50) YEAR WORKMANSHIP AND MATERIALS WARRANTY; TWENTY FIVE (25) YEAR APPEARANCE WARRANTY; 120-MILES PER HOUR WIND SPEED WARRANTY AND HAIL STONE IMPACT PENETRATION. At a minimum, the manufacturer's obligation under this warranty shall be, at its option to repair or replace the defective panel(s), provided Manufacturer's liability shall be limited to a total expenditure not too exceed the original cost of the particular defective panel(s) during the first twenty years after installation and declining annually on a prorated basis over the thirty years thereafter. Proposals shall include the Manufacturer's Warranty. 6. Are snow guard systems required at all eaves of the roof? Answer: Snow guards are required wherever someone could be injured from ice or snow falling off the roof; requires a minimum of two rows of guard around the entire roof eaves of all three buildings. 7. The RFQ mentions that we need to pay Davis-Bacon wage rates. Also the specs include NYS prevailing wages. The question is what wages should we use at this project? Answer: The contractor shall follow all local, state, and Federal regulations and codes. The Davis-Bacon rates are Federal. The New York State rates are state. The higher applicable rate from either shall prevail. 8. For the installation of metal roof system do we need to use Ironworkers rates or Roofer rates? Answer: The contractor shall follow all local, state, and Federal regulations and codes. This includes the wage rates applicable to this project. 9. What materials are required in the proposal package? Answer. Proposals submitted in response to this Request for Proposals (RFP) will be evaluated based upon price and non-cost/price factors: safety; technical approach; past performance; and knowledge, skills, and abilities. Offerors are encouraged to read the entire solicitation and its amendments, then provide required price and non-price support documentation. 10. Some existing items at the Upper R & D building roof are rusted and if they are left in place at the new metal roof it will leave the stain on the metal roof panels same as it left the stain on the shingle roof. What should be done with these items? Answer. Proposals shall include technical approach to mitigate roof stains that might be caused from rusting roof top equipment (blowers, pipes and vents) protruding the roof surface. Painting and sealing any rusted equipment will be acceptable. Any required replacement of roof top equipment, which may affect manufacture warranty, shall be priced as an option. G14PS00293 Amendment 000002 was not communicated to FedBizOpps.gov or FedConnect.net. G14PS00607 is posted. This opportunity is no longer set-aside for small business. Offerors shall email Paul Wells pwells@usgs.gov by Monday, July 28, 2014, to confirm attendance at the Tuesday, July 29, 2014 Site Tour. Time: 9:00am (Location Time) Location: U.S. Geological Survey, Tunison Laboratory of Aquatic Science, 3075 Gracie Road, Cortland NY 13045-9457. Point of contact information: Paul Wells- Facility Manager, 607-753-9391 x7524. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions not received within a reasonable time (5 working days) prior to close of the solicitation may not be considered. Submit questions by email only, to Don Downey, ddowney@usgs.gov. BASIS FOR AWARD: Best Value, Trade-off - Technical Merit Greater Value than Price: The following factors shall be used to evaluate offers: Factor (A) Safety, Factor (B) Technical Approach, Factor (C) Past Performance, and Factor (D) Knowledge, Skills & Abilities. Proposals that do not include documentation addressing these evaluation factors may be considered non-responsive. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The award of this requirement shall be made using only the procedures found in the Federal Acquisition Regulations (FAR) Part 36 and Part 15. Award shall be made to the offeror whose proposal, conforming to this RFP, is determined to be the most advantages to the government, cost or price and the other non-cost or non-price factors listed. 52.232-18 Availability of Funds. (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Proposals, including all required support documentation, may only be delivered electronically via www.fedconnect.net processes, or, via email to Don Downey, ddowney@usgs.gov; not later than August 25, 2014 at 1700 ET. Proposals shall be in two volumes: Volume One shall be non-price/cost documentation and Volume Two shall be Price proposal documentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00607/listing.html)
 
Record
SN03436283-W 20140726/140724234916-9f1ac65eab79631ff31fda811240af75 (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.