REPLACE ROOF MUNRO HALL USCG ACACDEMY NEW LONDON CT PROJECT #2524388
US COAST GUARD ACADEMY SOURCES SOUGHT 70Z0G119-S-PFA00800 REPLACE ROOF MUNRO HALL #2524388 SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PRO... US COAST GUARD ACADEMY SOURCES SOUGHT 70Z0G119-S-PFA00800 REPLACE ROOF MUNRO HALL #2524388 SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 238160 Roofing Contractors with a small business size standard of $15.0 million. The estimated value of the procurement is between $500,000 and $750,000. The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel/resources, equipment, and capability to perform the following work: Provide all equipment, materials, labor, and supervision necessary to completely remove and replace existing main roof, penthouse roof, 3rd floor entry canopy roofs, insulation, roof drains, wall flashing, edge flashing, etc. at Munro Hall as noted on drawings. Abatement: Some locations the original roof mastic (bottom layer next to concrete) where noted contain asbestos and shall be removed and properly disposed of by a licensed asbestos abatement contractor. The existing multi-ply built-up roof membrane does not contain asbestos. The existing paint is assumed to be lead based due to the age of the building. Follow all lead safety precautions and regulations when cutting, sanding, etc. any painted surfaces containing lead. Lead abatement is not part of the project, except as noted on drawings. Removal: Protect existing building components, landscaping, etc. that are to remain from damage. Remove, salvage, and recycle metal copings, flashing, miscellaneous metal, etc. recycle as noted in documents and provide credit to the Government. Completely remove existing multi-ply built-up roof system, insulation, vapor barrier, flashing, etc. down to the concrete deck. The existing multi-ply built-up roof membrane does not contain asbestos. Some roof mastic contains asbestos where noted. Remove existing roof hatches and safety rails. Remove and recycle, or properly dispose of, all construction debris. Installation: Patch and repair concrete decks as required for installation of new roof system. Extent of any patching and repair of concrete roof decks will be determined by inspection after deck is exposed and will be addressed by change order at that time. Provide a membrane roof system, including fully adhered vapor barrier, polyisocyanurate insulation, tapered insulation board, high density cover board, EPDM membrane, flashing, etc. Provide new wood blocking, EPDM flashing at walls, pipe penetrations, etc., metal flashing, and all required accessories for a complete and watertight roof system. Provide new lead coated copper edge flashing as noted on drawings. Remove and replace several courses of brick at wall flashing, new brick to match existing, replace wall flashing and counter flashing with 20 oz lead coated copper flashing, add weeps to joints above flashing and point joints with lime mortar. Remove and replace existing roof drains and dome strainers, cast iron pipe and fittings, and connect to existing roof leaders, ten (10) locations. Remove and replace existing roof hatches and safety rails. Provide new paint ladder between main roof and penthouse roof. Period of Performance: Upon review of market research results an invitation for bid (IFB) will be issued at www.fbo.gov. Award is anticipated to be made mid-April 2019; Contractor onsite mobilization in late May 2019 after Commencement week; Work on site will take approximately 10 to 12 weeks; Project closeout and complete by early October 2019. Project duration ~24 weeks total. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to Teresa.L.Lamphere@uscg.mil with "Sources Sought Notice 70Z0G1-19-S-PFA00800" in the subject line or by fax to (401) 736-1704. Your response MUST include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as prime contractor; (b) evidence of bonding capacity; (c) a statement identifying your certified small business designation (if any); and, (d) evidence of prior successful work similar in scope and magnitude to the subject project to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 12 February 2019. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »