Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOURCES SOUGHT

Z -- J. Percy Priest Service Building Roof Replacement

Notice Date
7/6/2020 6:14:30 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P520Q0026
 
Response Due
7/21/2020 10:00:00 AM
 
Archive Date
08/05/2020
 
Point of Contact
Cierra R. Mendoza, Phone: 6157367976, James W. Purcell, Phone: 6157367674
 
E-Mail Address
cierra.r.mendoza@usace.army.mil, James.W.Purcell@usace.army.mil
(cierra.r.mendoza@usace.army.mil, James.W.Purcell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A SOLICITATION, INVITATION FOR BID, REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT.� ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT.� RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community for completing the work effort relative to J. Percy Priest Lake Service Building, located at 3737 Bell Rd, Nashville, TN 37214.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The type of solicitation to be issued will depend upon the responses to this sources sought synopsis.� The Government must ensure there is adequate competition among the potential pool of responsive contractors.� The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION EXISTS AT THIS TIME. Tentative Site Visit Date: Wednesday, July 29, 2020. SCOPE OF WORK (SUBJECT TO CHANGE): The Corps of Engineers has need of a single fixed price construction contract for replacement of the roof on the Service Building at J. Percy Priest Lake, located at 3737 Bell Rd. Nashville, TN 37214. The roof is approximately 6,200 square feet of ballasted Ethylene Propylene Diene-polymer Material (EPDM). Roof penetrations are evident in multiple areas throughout the structure. Moisture is present under the roof EPDM surface, creating more concerns. The gable roof has a low slope which contributes to drainage concern. The existing roof cover is comprised of multiple elements. The roof size is approximately 6,200 sq ft and of original installation. Ballasted aggregates are used to weigh down the loose laid existing EPDM material. Current EPDM material is approximately 0.40 mm thick. A 4 ply felt material is placed below the aggregates ballast to ensure no damages occur to the EPDM. The EPDM material is sealed against the wood nailer. Contractor shall not damage wood nailer while removing EPDM, insulation and flashing. The contractor will furnish all labor, equipment, tools, supplies, safety apparatus, personal protective equipment and materials necessary to complete this project. The roofing system shall be replaced with better materials and methods of installation. Roofing material shall be thicker than the original roofing material and inspected by manufacturer�s representative throughout. The Contractor will remove all gravel and aluminum gravel guard for reuse. The Contractor shall remove the existing roofing system (EPDM, Insulation and Vapor Barrier) as indicated on the drawing and properly dispose of these materials in accordance with applicable state and federal environmental compliance laws and recordkeeping requirements.� Contractor shall determine any additional roofing deficiencies and coordinate appropriate repairs with the COR. Contractor will repair any features which may prevent the roof from performing sufficiently. The Contractor shall place the vapor barrier over the 1 �� metal deck. Then the contractor will apply a minimum of 1 �� high density rigid insulation loosely laid over the vapor barrier. The Contractor shall install the EPDM membrane adhered to the cover board with a low rise foam adhesive. The Contractor shall re-flash all penetrations with flashings, install aluminum flashing to tie into the wood nailer. The aluminum gravel guard will be placed and adhered to the treated wooden members. Contractor shall provide additional aggregates to ensure adequate coverage. Ballast aggregates shall be sufficient to provide protection from wind loads for the area per roof system manufacturer guidance. Aggregates weight per square foot shall not be less than 10 lbs per square foot. All mechanical equipment or ventilation shall not be damaged and carefully protected.� Contractor shall ensure water tight seal around all features on roofing. The new roofing material will be 0.60 mm thick with up to date product application methods. Contractor shall utilize their own Registered Roof Observer during the roof replacement placement throughout project duration. This flashing has performed well and shall be replaced in kind. Stone ballast is utilized for the roofing system. Ballast shall be a minimum of 10 lb/ft� ranging from � to 1.5 inch. Contractor shall adhere to ASTM D 448 standards. Color shall match existing aggregates (light grey color). EPDM material shall be 0.060� which must yield at least a 15 year product warranty. Contractor selected EPDM material must be approved by the government. Demolition - - Removal of ballasted aggregate material from roofing to be appropriately stored on site. - Removal of built-up roofing material EPDM / rigid insulation/ Vapor Barrier entirely and accessory materials to bare metal deck. - Seal and repair metal decking if necessary. - Removal and replacement of wood 2x2""x4"" treated lumber as necessary. - Clean and repair aluminum gravel guard. - Areas around vents cleaned and repaired if necessary. - Vents to remain in place. Water tight seal around all vents and roof penetrations to be created. Installation - - Placement of treated wood that was previously removed (if necessary). - Vapor Barrier placed over metal decking or as directed by manufacturer. - Rigid Insulation to be installed loose laid as directed by product manufacturer recommendations. - EPDM to be applied using a low rise adhesive per manufacturer specifications. - All material sealing and lapping per manufacturers guidance. System to be waterproof around all seals. - Purchase and application of additional aggregate if necessary. - Placement of new vents if damaged. - Vent replacement. - Installation of watertight seal around all roof penetrations, edges and joints. Location -The location that work is to be performed at is 3737 Bell Road, Nashville, TN 37214 (J. Percy Priest Lake Service Building). OCCUPANCY OF PREMISES - Building(s) will be occupied during performance. Occupancy notifications to be posted in a prominent location in the work area. Before work is started, arrange a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, corridors, and stairways. EXISTING WORK -In addition to FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements: a. Remove or alter existing work in such a manner as to prevent injury or damage to any portions of the existing work which remain. b. Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work. At the completion of operations, existing work to be in a condition equal to or better than that which existed before new work started. Official Solicitation is anticipated to be issued on or about 1 September 2020. Results of this sources-sought announcement will be used, in part, to determine the size and make-up of the industrial base for this type of item and the feasibility of a small business or socio-economic set aside for this project.� �All qualified contractors are encouraged to respond; lack of responses may jeopardize the project being set aside for small business. CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through I). A.� Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B.� DUNS number and CAGE code. C.� Are you a small business under this NAICS code? � D.� Business size/classification to include any designations (Small Business, HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.). E.� A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above.� This SOC should be a brief description of your company's capabilities.� Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.� The potential bidders should provide brief references of relevant work they have performed and the magnitude. F.� Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted.� Identify the percentage of work your form may be capable of directly performing. G.� A statement regarding past bonding and evidence of your bonding capability. H.� Please indicate whether your firm will submit an offer for this project. I.� Any other information that would assist in determining your company's capability in performing the described construction work. SUBMISSION OF CAPABILITY STATEMENT: Submit this information to Cierra Mendoza, Contract Specialist, U.S. Army Corps of Engineers via email to Cierra.R.Mendoza@usace.army.mil.� Your response to this Sources Sought notice must be received by 1:00 PM CST on July 21, 2020. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.� EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request.� No solicitation is currently available.� Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://beta.sam.gov/.� Interested parties are solely responsible for monitoring the FBO
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9fb520e917c34d63af0955000507c710/view)
 
Place of Performance
Address: Nashville, TN 37214, USA
Zip Code: 37214
Country: USA
 
Record
SN05712597-F 20200708/200706230152 (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.