Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOLICITATION NOTICE

Y -- Roof Replacement Project

Notice Date
12/29/2016
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-R-0014
 
Archive Date
1/31/2017
 
Point of Contact
Khan, Ismail MAJ, Phone: 916-557-5238
 
E-Mail Address
Ismail.A.Khan@usace.army.mil
(Ismail.A.Khan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA B845 Roof Replacement Project The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the DLA B845 Roof Replacement Project. This acquisition is proceeding as Small Business Set Aside request for proposals. Project Description: This project replaces the existing roof system on a 480,000 square foot (sf) warehouse located on Hill Air Force Base UT. Please note that Bays G and H are currently occupied by the Air Force which will also be part of this project. The existing roof system will be removed in its entirety and a new premium two ply modified bitumen system with granulated cap sheet over a cover board and multi layered (3½") polyisocyanurate insulation over a base ply will be installed. In order for the roof insulation to meet the current building envelope requirement of ASHRAE 189.1, the R-value will be determined by life cycle cost analysis (LCCA) with R-25 minimum. R-value range for LCCA is R-25 to R-60. LCCA will consider solar integrated roof and cool roof features. Building 845 is a concrete structure building with concrete exterior walls and deck. Drainage is provided by roof drains located at the outside perimeter of the roof. Slope noted in the roof appears to be provided by the structure with support of tapered insulation crickets at the roof drains. The roof is 560,000 sq. ft., which is divided in to Seven (7) bays, (80,000 SF Bay) that are separated by expansion joints. Bays A through E and Bay H, approximately 480,000 SF are occupied by DLA. One of the bays is split in to two section (F & G) Approximately 80,000 SF and is occupied by the Air Force. The existing roofing system is gravel coated, 4 ply built-up asphalt roofing plies over insulation with a 2 ply asphalt applied to the concrete topping slab. The insulation on the roof consists of 2 layers of ¾" perlite with a ¾" base layer of polyisocyanurate. It is assumed that the insulation thickness is uniform with the exception of the crickets provided at the drain locations. Thus the presumption was made that the structure provides the slope in the roof and not the insulation. The thermal resistivity is estimated to be less that R-9 with today's insulation values. The flashings at the curb areas (equipment and expansion joint curbs) have a modified bitumen granulated sheet for a base ply. The existing roof system was likely installed in the late 1980s and is nearing the end of its useful life. There is a possibility of asbestos in the existing roof system that will need to be abated in the project. The penetrations through the roof system consist of air ventilators, "capped" roof curbs, exhaust vents, plumbing vents, roof drains, pitch pans, equipment curbs, and piping penetrations. Water mitigation for these roof sections is provided by roof drains located at the outside perimeter edge with crickets located between drains. Access to the roof areas is provided by a ladder. While the roof areas presently continue to perform and it appears that some previous repairs have been made, the warrantable condition and the expected life of the existing roofing system has been exceeded in all areas. The Government estimates issuing the Notice to Proceed (NTP) on or about 29 March 2017. The period of performance for construction is estimated to be 365 calendar days from NTP. This time frame is critical component of this project and is non-negotiable. In accordance with the DFAR 236.204, the magnitude disclosure of this construction project is between $10,000,000 and $25,000,000. This proposed contract action will be conducted using FSC Code: Y1GZ and North American Industry Classification System Code (NAICS): 238160 and the small business size standard is $15 million. The RFP is estimated to be issued on or about 17 January 2017. The RFP will be issued on the Government Point of Entry known as FedBizOpps ( www.fbo.gov ). All plans and technical documents will be uploaded onto FedBizOpps as part of the RFP, available for inspection without charge. The estimated due date for proposals will be on or about 16 February 2017. Once issued, the RFP will identify a firm due date/time for receipt of proposals. The site visit/pre-proposal conference date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-R-0014/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, United States
 
Record
SN04360908-W 20161231/161229234117-6b20df79df500a97db461e3171a4c710 (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.