Share
Print
Notice ID
12925520R0002
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PWA DKI USPBARC
General Information
Contract Opportunity Type: Presolicitation (Original)
All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
Original Published Date: Mar 24, 2020 03:35 pm EDT
Original Response Date: Apr 07, 2020 05:00 pm EDT
Inactive Policy: 15 days after response date
Original Inactive Date: Apr 22, 2020
Initiative:
None
Classification
Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
NAICS Code: 238160 - Roofing Contractors
Place of Performance:
Hilo , HI 96720
USA
Description
This is a pre-solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service, Daniel K. Inouye Pacific Basin Agricultural Research Center, 64 Nowelo St, Hilo, HI., 96720. A Request for Proposal will be issued on the beta.sam.gov website (formerly known as Federal Business Opportunities – FBO.gov) on or about April 7, 2020 for construction project, Sika Sarnafil Roofing System Repairs in at the Daniel K. Inoye Pacific Basin Agricultural Research Center in Hilo, Hawaii.
This announcement is a total set-aside for Small Business Concerns. The USDA is seeking a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the Contract documents, Plans, and Specifications, summary of which is provided below:
This project contains Items as listed below:
Work includes the repair of a leaking section of laboratory roof consisting of a Sika Sarnafil PVC roof system, in the USDA Daniel K. Inouye Pacific Basin Agricultural Research Center in Hilo, Hawaii.
Other incidental work will include some cleaning and other site work.
OPTION 1 will include cleaning of the exisiting Sika Sarnafil roofing lapses where suspected water infiltration is occurring with Sika Sarnafil membrane cleaner. The repair will include adhering a new 6” wide reinforced membrane over the existing roofing lapse with bonding adhesive, and heat weld lapse edges to existing roof membrane. This process will be repeated through the remainder of the specified OPTION 1 section. Any edge flashing will need to be properly sealed as required. A map of the section identified as OPTION 1 will be provided.
OPTION 2 will include cleaning of the exisiting Sika Sarnafil roofing lapses where suspected water infiltration is occurring with Sika Sarnafil membrane cleaner. The repair will include adhering a new 6” wide reinforced membrane over the existing roofing lapse with bonding adhesive, and heat weld lapse edges to existing roof membrane. This process will be repeated through the remainder of the specified OPTION 2 section. Any edge flashing will need to be properly sealed as required. A map of the section identified as OPTION 2 will be provided.
Completion Time: 60 calendar days after receipt of the Notice to Proceed. Prior to commencing work, thecontractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course.
This construction project is set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 238160 – Roofing Contractors and size standard $15 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $25,000 and $100,000. The government intends to award a Firm Fixed Price Contract in April 2019. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation on www.beta.sam.gov.
As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at www.beta.sam.gov (formerly known as the Federal Business Opportunities (FBO) website) on or about April 7, 2020 with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and proposal due date, will be available in the solicitation. No other site shall be used to obtain these documents.
All interested offeror's (prime contractors & subcontractors) should register at www.beta.sam.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the www.beta.sam.gov website. Offeror's are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments and should re-visit www.beta.sam.gov website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications at www.sam.gov shall be registered in the System for Award Management database at http://www.sam.gov prior to submitting an offer. Address ALL questions in WRITING to the issuing office via email to carlee.wehrsig@usda.gov. No telephone inquiries will be accepted. No other information regarding scope, dates, etc. is available until issuance of the solicitation.
Contact Information
Contracting Office Address
64 NOWELO STREET
HILO , HI 96720
USA
Primary Point of Contact
Carlee Wehrsig, Purchasing Agent
carlee.wehrsig@usd.gov
Phone Number 808-932-2120
Secondary Point of Contact
Jeffery Ridenhour
jeffery.ridenhour@usda.gov
Phone Number 309-363-5914