Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

Z -- USCG ACADEMY REPLACE LOW SLOPE ROOF AREAS ON WAESCHE HALL

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
 
ZIP Code
02886-1379
 
Solicitation Number
HSCGG1-16-S-WAESCHE-ROOF
 
Archive Date
10/14/2016
 
Point of Contact
Jean M Bretz, Phone: (401)736-1765
 
E-Mail Address
JEAN.M.BRETZ@USCG.MIL
(JEAN.M.BRETZ@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 238160, with a small business size standard of $15 Million. The estimated value of the procurement is between $1,000,000 and $1,500,000. Performance and/or Payment bonds will be required. The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel/resources, equipment, and capability to perform the following work: The project includes removal and replacement of all low slope roofing, insulation, and flashing down to the structural deck. Demolition and Abatement: Remove, salvage, and recycle metal copings, flashing, miscellaneous metal, etc. Remove existing modified bitumen roof membrane, insulation, flashing, etc. down to the structural deck and replace with a new roofing system. The existing modified bitumen roof membrane and silver coating do not contain asbestos, however the black tar on the metal counter flashing does contain asbestos and shall be removed and properly disposed of by a licensed asbestos abatement contractor. Remove and recycle, or properly dispose of, all construction debris. Installation: Patch and repair structural decks as required for installation of new roof system. Provide a membrane roof system, including fully adhered vapor barrier, polyisocyanurate insulation, tapered insulation board, high density cover board, 60 mil EPDM membrane, flashing, etc. Provide new EPDM flashing at walls, equipment curbs, pipe penetrations, etc., wood blocking, flashing, metal edge flashing, and all required accessories for a complete and watertight roof system. Provide new lead coated copper flashing and copper fascia, edge flashing, drain bowls, and cast iron leaders as noted on drawings. Remove existing sealant at joint between the masonry wall and metal counter flashing. Remove, salvage to the maximum extent practical, and replace several courses of brick above flashing. Provide new brick to match existing as needed, replace wall flashing and counter flashing with lead coated copper flashing, add weeps to joints above flashing and point joints with lime mortar, color to match existing mortar. Remove and replace existing roof hatch and elevator shaft smoke hatch. Remove and replace existing fixed ladders for roof access as noted on drawings. Remove and replace existing roof drains and dome strainers, cast iron pipe and fittings at 7 locations. Remove, salvage and reinstall existing steel pipe enclosures in library as required to replace damaged drain pipe. Provide additional roof drain and dome strainer in lobby roof and connect to existing roof leaders with new cast iron piping and fittings. Remove, salvage and reinstall existing acoustic ceiling tile in good condition and replace damaged acoustic ceiling tiles in areas of new roof drain installation and existing roof drain replacement. Remove damaged acoustic ceiling tile in work areas and provide new ceiling tiles to match existing. General Requirements: All work shall be done by licensed contractors and shall comply with current codes. Existing fire alarm and mass notification system antennas mounted to building are active and must remain in service during the roof replacement project. Asbestos is assumed to be present within existing roof mastic and caulking in the construction area per the age of the building. Follow all asbestos safety precautions and regulations. Asbestos abatement shall be performed by a licensed asbestos abatement contractor. Lead abatement is not part of the project. Lead based paint is assumed to be present within all existing painted surfaces in the construction area per the age of the building. Follow all lead safety precautions and regulations when cutting, sanding, etc. any painted surfaces containing lead. Period of Performance: Award anticipated in Dec-Jan 17. Anticipated mobilization in May 2017 after graduation; on site work estimated at 12 weeks. Project closeout and complete by September 2017. No work shall be performed on base, Commencement week May 15 thru 19, 2017, R-day Monday June 28, 2017, Friday of Parents' Weekend TBD, Friday of Homecoming Weekend TBD, and federal holidays. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to Jean.M.Bretz@uscg.mil with "Sources Sought Notice HSCGG1-16-S-WAESCHE-ROOF" in the subject line or by fax to (401) 736-1704. Your response MUST include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as prime contractor; (b) evidence of bonding capacity; (c) a statement identifying your certified small business designation (if any); and, (d) evidence of prior successful EPDM roof replacement experience similar to scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 26 August 2016. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-16-S-WAESCHE-ROOF/listing.html)
 
Place of Performance
Address: USCG Academy, 15 Mohegan Ave., New London, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04221709-W 20160814/160812234728-9062aa5b969f5f56faba892d18bcb39d (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.