Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SPECIAL NOTICE

Y -- Roof Replacement Kansas City, MO

Notice Date
10/10/2018
 
Notice Type
Special Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ19R4001
 
Archive Date
11/13/2018
 
Point of Contact
Jaclyn C. Yocum, Phone: 8163892266
 
E-Mail Address
jaclyn.c.yocum@usace.army.mil
(jaclyn.c.yocum@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number:W912DQ19R4001 Request for Industry Input The following is a Request for Industry Input for a Roof Replacement Contract. It is anticipated that a solicitation in reference to this request will be published in the Federal Business Opportunities website in the winter of 2018. The Government is seeking the input of industry for a requirement under North American Industry Classification System (NAICS) 238160 (Roofing Contractors) to obtain information on the feasibility of executing a roofing project with a required, specific and limited time constraint. This announcement is for industry input only. NO PROPOSALS ARE BEING REQUESTED AND NONE WILL BE ACCEPTED AT THIS TIME. Note: Feedback does not restrict the Government as to the ultimate acquisition or project approach. Also, the Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The U.S. Army Corps of Engineers, Kansas City District seeks the input of industry regarding the feasibility of successful completion of a construction contract to replace a low-slope roof system on an industrial building with a required, specific, and limited time constraint. The work will be located at an Army facility near Kansas City, Missouri. Due to the extremely short timeframe in which a portion of the work must be executed, the complexity of logistical coordination that will be required in order to execute a portion of this work, and the number of roofing personnel required to be working in relatively close proximity during this short time period, the Government is contemplating an unrestricted Contract solicitation. The estimated magnitude of this roofing contract is $4M-$5M. Work under this contract includes removal and replacement of a low slope roof on a single industrial building. There are two roof areas in particular in which schedule constraints may impact the ability to execute all work required in these two areas. Existing Roof information for these areas is summarized below: Roof Area 1 Sub Area Roof SFMembraneDeck JN 5,916EPDMConcrete JS 7,157EPDMMetal H 1,440EPDMMetal I 440EPDMWood Roof Area 2 Sub Area Roof SFMembraneDeck P15,412EPDMConcrete Q 1,376EPDMConcrete AC 194BURConcrete Work will include removal of existing roofing materials down to the deck and replacement of the roof with a TPO roof system. Roof deck in sub area H exhibits deterioration and is to be replaced with a metal deck. Roof drains will be cleaned out, and appropriate flashing, seaming, and leak-stop accommodations shall be provided for all joints, existing mechanical equipment supports and penetrations, and vertical edge conditions, in accordance with final plans and specifications to be issued at a future date. All personnel working on site or delivering materials/equipment to the project site must undergo security screening and be eligible for issuance of a temporary badge for access to the site. Areas 1 and 2, including all sub areas, must have all roof replacement activities completed within a 7-day period during July 2019. Due to the limited duration in which work must be completed and the scope of the roofing effort to be conducted in Areas 1 and 2, the Kansas City District is soliciting feedback from industry to assist in determining the feasibility for executing this work within the 7-day window. An Industry Feedback Meeting/Webinar for interested contractors is scheduled for Friday, October 26, 2018 from 9am to 11am CDT at the Richard Bolling Federal Building, in the first floor USACE Emergency Operations Center, at 601 E. 12th Street, Kansas City, MO. Due to meeting room space limitations, a maximum of two people per company will be granted access to the room to attend in person. An overview of work required will be provided for Areas 1 and 2 and discussion and request for feedback will be focused on the feasibility of executing work in the short duration allotted. To view or download draft versions of the plans and specifications for Areas 1 and 2, contractors must be registered with ProjNet at www.ProjNet.Org. Downloads are available only through the ProjNet.org website. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for a contractor's inability to access the draft documents at the referenced website. Prior to downloading, interested contractors MUST also have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. **SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required within 30 days of activation for both NEW SAM.gov entity registrations and EXISTING entity updates or renewals. Failure to do so within 30 days of activation may result in the registration no longer being active. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions.** ATTENTION: If you intend to download draft plans and specifications, it is advised to assure your SAM registration is current, or if you do not have a SAM account, to register as soon as possible because download of documents will not be allowed without a current SAM registration. To obtain draft versions of plans and specifications for Area 1 and Area 2, please email Jaclyn Yocum, Contracting Specialist, at Jaclyn.C.Yokum@usace.army.mil with the following information: 1)Name 2)Title 3)Company Name 4)Phone Number 5)SAM Registration Number 6)Indicate if you plan to attend the industry event in person, via Webinar, or by written response. 7)If attending in person, provide the name of each person who will attend (Maximum 2 per company). Upon confirmation, you will be provided with a ProjNet Plan Room digital key and information on how to access the ProjNet Plan Room. Draft Plans will be available from October 18 through October 25, 2018 in the Plan Room on ProjNet at https://www.projnet.org. While feedback/industry input will be sought during the event, interested contractors may also respond in writing to this Request for Industry Input announcement with a limit of 5 pages for your response. The following information is requested: 1.Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. Indicate if you are a Large Business, Small Business, and if applicable, sub-category of Small Business (Service Disabled Veteran Owned, HubZone, Women Owned). 2.Firm's interest in providing a proposal on the pending solicitation, once issued. 3.Firm's feedback on the feasibility of successfully completing roof replacement in Areas 1 and 2 within 7 calendar days. Please provide the following assuming there are no weather-related issues (rain, excessive wind). a.Include specific information regarding why this work in Areas 1 and 2 is or is not feasible to be accomplished within 7 calendar days. b.Identify items that could impact feasibility of completing the work within the 7 calendar day window and the extent of impact that could potentially be overcome within the 7 calendar days. c.Additional information to help assess feasibility is as follows: i.Multiple shifts per day are allowed. ii.Pre-staging of materials will be allowed on roof areas near Areas 1 and 2, subject to structural load limitations. iii.Security screening and badging will be conducted prior to start of the work. iv.Contractor will be responsible for ensuring there are sufficient personnel and materials on hand to execute the work. d.Identify what additional information would be required to assist in determining feasibility or would assist you in providing a thorough price proposal. 4.In the event of inclement weather during construction activities, the draft specifications require that any exposed roof area that has not been completed be covered with a second layer of SBS bitumen base sheet to ensure the roof is dried in. This is expected to add the flexibility to delay completion of the total roof assembly should weather become an issue and these two areas cannot be completed in the 7-day time frame. The Government requests industry input regarding the feasibility of this requirement as well as any suggested alternatives to ensuring protection of the incomplete roof areas for an extended period of time (6 to 12 months) if the roof repair cannot be completed with the 7-day duration due to weather conditions. 5.Identify if, based upon the scope of this project, you would form a joint venture or partnering agreement to execute this work. Provide information on your Joint Venture/Partners, if applicable. If you have an established Joint Venture, please provide the DUNS number and CAGE code. 6.Provide your firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars). Please send your responses via email to Jaclyn.C.Yocum@usace.army.mil. Submissions should be received by 12:00 p.m. CDT, October 29, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ19R4001/listing.html)
 
Place of Performance
Address: Kansas City, Missouri, 64056, United States
Zip Code: 64056
 
Record
SN05119374-W 20181012/181010230801-245d26397823d589c6aa14d03a35bfad (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.