Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

Y -- Soo Locks Roof Replacement Project

Notice Date
1/17/2020 12:57:04 PM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-SooLocksRoofReplacement
 
Response Due
1/21/2020 7:00:00 AM
 
Archive Date
02/05/2020
 
Point of Contact
Glenn W. Moon, Phone: 5023156177
 
E-Mail Address
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
 
Description
Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design, bid, build requirement. Replacement of roofing system at four buildings at the Soo Locks a National Historic Landmark.� Fully adhered EPDM membrane with 20 year no dollar limit complete systems warranty. Boathouse Building 5,536 Sq. Ft of new roof Davis Building 1,686 Sq. Ft of new roof, 5 new overflow scuppers, removal of stone coping caps and replacement of through wall flashing, removal and replacement of roof access ladder. MSB Building 30,649 Sq Ft of new roof, 7 new overflow scuppers and 4 new conductor heads, removal of stone coping caps and replacement of through wall flashing, replacement of 1 roof exhauster, installation of new roof access ladder. Visitor Center Building 5,164 Sq. Ft. of new roof, replacement of 2 HVAC rooftop units and 1 roof exhauster. Contract duration is estimated at 180 calendar days. The estimated cost range is between $1.0 Million and $5.0 Million. NAICS code is 238160. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 21 January 2020 by 10:00 AM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.� a. Projects similar in scope to this project include: Single ply roof replacement projects with a 20-year no dollar limit complete systems warranty.� Warranty must include flashings and all roof systems components down to the roof deck.� Projects shall include work with stone fa�ade including stone coping caps. b. Projects similar in size to this project include: Projects in excess of 10,000 SF. c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. Copy of warranty provided, or warranty to be provided if work was not yet completed. � 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 25% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. � Email responses to Glenn Moon at Glenn.W.Moon@usace.army.mil. If you have questions please contact Glenn Moon at (502) 315-6177. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ca34eb2149344e1aa84ed58dd3a9217/view)
 
Place of Performance
Address: Sault Sainte Marie, MI, USA
Country: USA
 
Record
SN05538488-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.