Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

Z -- Fort Hall CMU Repointing and Sealing - Attachment 01

Notice Date
7/28/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
15-102-SOL-00019
 
Point of Contact
John W Fannon, Phone: 2066152753, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 01 Location Map This is a Sources Sought/Pre-solicitation notice. The RFQ will be available on or around 8/12/15, on www.fbo.gov, under this solicitation number: 15-102-SOL-00019. The information from this Sources Sought/Pre-solicitation notice will be used to determine the acquisition strategy to be used for this requirement. In accordance with the Federal Acquisition Regulation 5.205, Indian Health Services is conducting a Sources Sought/Pre-solicitation notice for maintenance and repair services including all labor, materials and equipment necessary to repair damaged Concrete Masonry Unit (CMU) bloc. This is not a solicitation announcement for proposals, and no contract will be awarded from this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement” if any “that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. IHS is seeking to identify potential sources for an upcoming stand-alone, firm-fixed price construction contract. The North American Industry Classification System (NAICS) Code is 236220. This Sources Sought/Pre-solicitation notice ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that the interested sources submit to the Contracting Officer a brief capabilities statement package (no more than 2 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the below requested services. The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representative’s e. Date submitted. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). All respondents should register on the SAM located at https://www.sam.gov/portal/SAM/#1 The Not-tsoo Gah-nee Indian Health Center (Clinic) is part of the Fort Hall Service Unit and is owned and operated by the Indian Health Service (IHS). The project site is approximately 10 miles north of Pocatello, ID. The GPS coordinates of the Clinic are 43.0269°N 112.4278°W. See the attached (Attachment 01) location map. A recent facility inspection found several areas of deteriorating mortar on the clinic’s concrete masonry unit (CMU) exterior. The clinic was constructed in 1991 and is a single story structure. The exterior of the clinic is comprised of mostly burnished (CMU) with small portions of stucco and Spectra-Glaze masonry units. The bottom portion and around wall openings of the CMU was painted in 2012. The remaining CMU has never been sealed. Repointing and other repairs are required in numerous locations. The existing mortar is ASTM C270, type S, and compressive strength (f’m) of 1800 psi. This repair work needs to be accomplished within this calendar year to prevent further deterioration. Work Summary: 1. Clean approximately 11,300 square feet of exterior CMU surface (painted and unpainted, including above the north and east entrances). 2. Repoint approximately 500 linear feet of mortar joint. 3. Remove and replace approximately 250 linear feet of joint sealant. 4. Fill holes (less than 6” in size) and repair damaged CMU blocks at three (3) locations. 5. Apply a water repellant sealant to approximately 7,500 square feet (the unpainted portion) of exterior CMU surface. I. Technical Requirements A. Codes, References, and Standards Work under this prospective contract shall be performed in compliance with the codes, references, and standards listed below. 1. ASTM C270 – Standard Specification for Mortar for Unit Masonry 2. ASTM C920 – Standard Specification for Elastomeric Joint Sealants 3. ASTM C1193 – Standard Guide for Use of Joint Sealants 4. Brick Industry Association Technical Notes 7F – Moisture Resistance of Brick Masonry Maintenance 5. Brick Industry Association Technical Notes 20 – Cleaning Brickwork B. Submittals The Contractor shall provide submittals on the items listed below. COR approval is required before proceeding with the portion of work the submittal applies to. 1. Pre-Construction: a. Construction Schedule b. Site review of CMU condition and quantity update c. Safety and Accident Prevention Plan d. Proposed CMU Cleaning Procedure 2. Material For each submittal below, include technical information, specification sheets, and installation instructions. a. Mortar b. Joint sealant c. Hole sealant d. CMU Sealant 3. Post – Construction a. Product Warranties C. Material Specifications 1. Mortar a. Closely matches existing mortar color and texture b. ASTM C270, type S c. Compressive strength (f’m) of 1800 psi 2. Joint Sealant a. Closely matches existing joint sealant color and texture b. A one-part, solvent based acrylic sealant complying with ASTM C920 for Type S; Grade NS c. Tremco Mono 555 or approved equal (Brand Name Please remove) 3. Hole Sealant a. Stiff concrete or a mixture of one part Portland cement to three parts sand b. Closely matches adjacent block in color 4. CMU Sealant a. Water repellant b. Water based, VOC compliant, clear acrylic sealer for use on CMU walls c. “Invisible” appearance; does not give the CMU a “wet” appearance d. Resistant to UV, salt, mold, and mildew e. Meets ASTM D-6489 waterproofing masonry D. Quality Assurance 1. None E. Work Execution Requirements 1. General a. Perform work at locations identified by COR and Contractor. b. Notify the COR if additional areas needing repointing, sealing, or filling are found. c. In the event the existing CMU paint is damaged while performing this work, the block shall be repainted to match existing paint in color and quality. 2. Clean CMU Exterior a. If necessary, move obstructions to access CMU. b. Clean entire CMU exterior in accordance with Brick Industry Association Technical Notes 20. c. Remove dirt, dust, grease, oil, loose particles, laitance, foreign material, coatings, mildew, efflorescence, etc. d. Test procedures and solutions on a sample area of approximately 20 square feet to assure the procedure is effective and does not damage the CMU. e. No acid or acid based solutions will be permitted to clean CMU. f. Mask and protect areas adjacent to the CMU surface. 3. Repoint Mortar Joints a. For areas requiring repointing, rake or grind mortar back to a depth of two times the joint height or until sound mortar is reached with a minimum of 0.75 inch from the intended mortar surface. b. Approximately one hour prior to repointing, hose down the wall to remove debris and wet the CMU. c. Prepare and place the mortar in accordance with Brick Industry Association Technical Notes 7F and the repointing appendix of ASTM C270. 4. Replace Joint Sealant at Control Joint a. Remove all old sealant materials on existing control joints. b. Prime the joint and install a closed cell or reticulated polyethylene backer rod material. c. Install new sealant material in accordance with the manufacturer’s recommendations and the requirements of ASTM C1193 for use of solvent release curing sealants. 5. Fill Holes a. Holes will be located and marked for filling by COR. b. Apply filler in accordance with the manufacturer’s recommendations. 6. Apply CMU Sealant a. Begin only after all other work is completed and approved in writing by the COR. b. Apply sealant to all unpainted CMU block including above the north and east entrances. c. Apply according to the manufacturer’s instructions. d. Mask or otherwise protect all areas not intended to be sealed. e. End sealant application on a corner joint or mask joint at the end of each work day or at each interruption of work to ensure all CMU is sealed and provide an even appearance. General Conditions: 1. The offeror shall ensure all works are performed in accordance with the applicable codes, safety standards, and adhere to the general provisions of the Contract documents. 2. Cutting, patching and repairing required by the work shall be the responsibility of the Contractor. 3. Should any part of the adjacent concrete or asphalt pavement area are disturbed, damages that results from work under the contract shall be promptly repaired at the expense of the Contractor. 4. The offeror shall not obstruct access to the site and shall maintain the work site in good order, free of construction debris at end of each workday. The Offeror shall perform work at all times in a manner to ensure minimal obstruction to traffic and minimal inconvenience to the public. Warranty: The Offeror shall provide a one-year warranty on all materials and workmanship or otherwise stated. All data received in response to this Sources Sought/ Pre-Solicitation Notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Responses to this notice are due by 12:30 p.m. Pacific Standard Time (PST) on 11 August 2015 by submitting an e-mailed PDF attachment of your response to John.fanon@navy.mil. The subject line of the e-mail shall state FT HALL CMU REPOINTING AND SEALING RESPONSE. Questions or comments regarding this notice may be addressed to John Fannon at John.fannon@ihs.gov or (206) 615-2453. Disclaimer and Important Notes Election to submit or not submit a brief capabilities statement package will NOT disqualify an offeror from submitting a proposal once the solicitation has been issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/15-102-SOL-00019/listing.html)
 
Place of Performance
Address: Not-tsoo Gah-nee Indian Health Center, 717 Mission Road, Fort Hall, Idaho, 80203-0717, United States
Zip Code: 80203-0717
 
Record
SN03813713-W 20150730/150729000142-1e3e2ef5bcc29b5cc475b535925109fb (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.