Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

Z -- Emergency Repair Roofs - FCI Gilmer, West Virginia

Notice Date
7/10/2020 11:29:35 AM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B11920B00000001
 
Response Due
7/24/2020 12:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Jim D Seratt, Phone: 9723524517, Fax: 9723524545
 
E-Mail Address
jseratt@bop.gov
(jseratt@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Federal Bureau of Prisons (BOP) hereby issues solicitation 15B11920B00000001 for the award of a firm-fixed-price construction contract for a project entitled �Emergency Repair Roofs � FCI Gilmer, West Virginia.� FCI Gilmer is a federal correctional facility located at 201 FCI Lane, Glenville, West Virginia 26351.� The project consists of furnishing all equipment, materials and labor for the complete construction of the work.� For bidding purposes, the project will be divided into three parts: base bid, option 1, and option 2. 1) Base Bid: Bravo Building (Performance Period of 90 days) -On one area of the roof, remove wet insulation (approximately 144 SF).� -On another area of the roof, total removal of all existing roof flashing membranes, wet and damaged roofing insulation and removing the existing EPDM roof membrane.� Provide and install new fill insulation, mechanically attached HD cover board and fully adhered 0.060 FP EPDM membrane.� Existing coping metal assembly to remain.� Each roof section is approximately 9,519 SF each. 2) Option 1: Charlie Building (Performance Period of 30 days) -On one area of the roof, remove approximately 380 SF of loose EPDM membrane installing a new high density ridged .5-inch insulation cover board (approximately 898 SF).� At perimeter edges of the repair, where a tie-in is required with the existing roof membrane, install fiberboard tapered edge to complete the transition for �-inch to 0.0-inch at the surrounding membrane.� Terminate the tie-in per manufacturer requirements.� -On another area of the roof, total removal of all existing roof flashing membranes, wet and damaged roofing insulation and removing the existing EPDM roof membrane.� Provide and install new fill insulation, mechanically attached HD cover board and fully adhered 0.060 FP EPDM membrane.� Existing coping metal assembly to remain.� Each roof section is approximately 9,519 SF each. 3) Option 2: Alpha and Visitation Building (Performance Period of 15 days) -On one area of the roof, remove one area of wet insulation (approximately 64 SF) and provide new matching polyisocyanurate insulation and 0.060 fire rated EPDM. -On another area of the roof, remove one area of wet insulation (approximately 64 SF) and provide new matching polyisocyanurate insulation and 0.060 fire rated EPDM. -On another area of the roof, 1,344 square foot roof area of the Visitation building is damaged.� Test cuts determined structural slope of the steel deck facilities drainage to interior primary roof drains and overflow scuppers.� Replace the damaged 2.7-inch polyisocyanurate insulation and install new and fully adhered 0.060 FR EPDM membrane.� The Government reserves the right to award any number or none of the options as detailed above. Please refer to the Specifications and Drawings attachments included with the solicitation posting for further details.� Access to the specifications and drawings attachments will require an active vendor registration at https://beta.sam.gov as well as your Marketing Partner Identification Number (MPIN) associated with your SAM registration.� If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of this project lies between $500,000 and $1,000,000.� (NOTE: This range is one of eight available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range.� It merely conveys that the estimate/budget lies somewhere within that range.) The solicitation will be distributed solely through the website at www.beta.sam.gov.� Hard copies of the solicitation will not be made available.� The website provides download instructions. All future information about this solicitation, including any amendments, will also be distributed solely through this website.� Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. The North American Industrial Classification System (NAICS) code applicable to this requirement is 238160 with a corresponding small business size standard of $16,500,000.� IMPORTANT:� Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov.� If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23a7664bac7a4cc3bce349b1abc3cbe6/view)
 
Place of Performance
Address: Glenville, WV 26351, USA
Zip Code: 26351
Country: USA
 
Record
SN05717700-F 20200712/200710230158 (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.