Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

Z -- REPLACE ROOFS, WAESCHE HALL, USCG ACADEMY, NEW LONDON, CT PROJECT #5753515

Notice Date
9/15/2016
 
Notice Type
Presolicitation
 
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
HSCGG1-17-B-PFA002
 
Archive Date
11/23/2016
 
Point of Contact
Teresa L. Lamphere, Phone: 401-736-1785, Jean M Bretz, Phone: (401)736-1765
 
E-Mail Address
Teresa.L.Lamphere@uscg.mil, JEAN.M.BRETZ@USCG.MIL
(Teresa.L.Lamphere@uscg.mil, JEAN.M.BRETZ@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
HSCGG1-17-B-PFA002 ISSUE DATE: 4 OCTOBER 2016 Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform a complete roof replacement of the three (3) low slope roof areas on Waesche Hall at the U.S. Coast Guard Academy. The project includes removal and replacement of all low slope roof membranes, insulation, and flashing down to the structural deck. Protect existing building components that are to remain from damage. Provide temporary barriers at entrances below the work areas as required for safety. Extent of any patching and repair of concrete roof decks will be determined by inspection after deck is exposed and will be addressed by change order at that time. 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. Demolition and Abatement: Remove, salvage, and recycle metal copings, flashings, miscellaneous metal, etc. recycled as noted in documents and provide credit to the Government. Completely remove existing modified bitumen roof membrane and insulation 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 and install membrane roof systems, including fully adhered vapor barrier, polyisocyanurate insulation, tapered insulation board, ½" cover board, 60 mil EPDM membrane, flashing, etc. Provide new EPDM flashing at walls, equipment curbs, pipe penetrations, etc., wood blocking, flashing, and metal edge flashing and all required accessories for a complete and watertight roof system. Provide and install new lead coated copper flashing, fascia, edge flashing, drain bowls, and leaders as noted on drawings. Remove existing sealant at joint between the masonry wall and copper counter flashing. Remove, salvage to the maximum extent practical, and replace several courses of brick above flashing, replace wall and counter flashing with 20 oz lead coated copper flashing, add weeps to joint and point joints with lime mortar. Remove and replace existing roof drains and dome strainers, 4" or 5"cast iron pipe and fittings connect to existing roof leaders, seven (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 as shown on drawings, and connect to existing roof leader with new 4" 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 acoustic ceiling tiles to match existing. Performance Period: The Period of Performance for the project is 35 weeks with 12 weeks allowed for work on site. 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. The estimated value of the procurement is between $1,000,000.00 and $1,500,000.00. Solicitation packages will be available on or about 4 October 2016. The tentative date set for receipt of bids is scheduled for 8 November 2016 at 2:00 pm. The applicable North American Industry Classification System (NAICS) code is 238160, Roofing Contractors, with a small business size standard of $15.0 Million. This acquisition is issued pursuant to FAR Part 14 and is 100% Set-Aside for Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: http://www.fbo.gov. To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor]. In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors]. A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-17-B-PFA002/listing.html)
 
Place of Performance
Address: United States Coast Guard Academy, Waesche Hall, 15 Mohegan Avenue, New London, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04273322-W 20160917/160915235608-f277116bb4c8b0aaac750a0a2fc06c10 (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.