Rhode Island Bids > Bid Detail

SOURCES SOUGHT FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY ROOFING REPAIR/REPLACEMENT CONTRACT AT VARIOUS GOVERNMENT SITES IN RHODE ISLAND, CONNECTICUT, MASSACHUSETTS AREA OF RESPONSIBILITY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159554104936565
Posted Date: Oct 27, 2022
Due Date: Nov 10, 2022
Solicitation No: N4008523B2501
Source: https://sam.gov/opp/a485417173...
Follow
SOURCES SOUGHT FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY ROOFING REPAIR/REPLACEMENT CONTRACT AT VARIOUS GOVERNMENT SITES IN RHODE ISLAND, CONNECTICUT, MASSACHUSETTS AREA OF RESPONSIBILITY
Active
Contract Opportunity
Notice ID
N4008523B2501
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 27, 2022 04:19 pm EDT
  • Original Response Date: Nov 10, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    Newport , RI
    USA
Description

SOURCES SOUGHT FOR aN INDEFINITE DELIVERY INDEFINITE QUANTITY ROOFING REPAIR/REPLACEMENT CONTRACT AT VARIOUS GOVERNMENT SITES IN RHODE ISLAND, CONNECTICUT, MASSACHUSETTS AREA OF RESPONSIBILITY





THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government’s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.





No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No drawings or specifications will be made available at this time. Respondents will not be notified of the results of this market research.





The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses, with current relevant qualifications, experience, personnel, and capability to perform a proposed contract.





An award for INDEFINITE DELIVERY INDEFINITE QUANTITY ROOFING REPAIR/REPLACEMENT CONTRACT AT VARIOUS GOVERNMENT SITES IN RHODE ISLAND, CONNECTICUT, MASSACHUSETTS AREA OF RESPONSIBILITY is anticipated.





The total contract term is anticipated to be five years; one base year with 4 (12 month) option years, not to exceed 60 months.





General Work Requirements:





This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for roofing repair/replacement at existing or new locations on and around various Government installations in Rhode Island, Connecticut, and Massachusetts Area of Responsibility.





Types of work to be included in this contract are as follows, but are not limited to: locating and isolating roof leakage points and water infiltration, removal, repair and replacement of PVC, TPO and EPDM single-ply roofing systems, two and three ply cold applied modified bitumen roofing, multi-ply asphalt built up roofs, slate roofs, asphalt shingles, standing seam metal roofing, liquid applied roofs, Transite roof panels and other asbestos containing roofing materials, and rolled roofing. Work may include limited demolition and replacement of felt underlayment, vapor-barriers, insulation, plywood and wood board decking, concrete, concrete gypsum and steel roof deck and parapet repairs, roof accessories including flashing, roof drainage components, gravel stops, drip edges, access hatches/doors, gutters and downspouts, the application of liquid applied roof coatings, the repair of joints and re-caulking, lighting protection repairs and new installations including re-certifications. Additional incidental work may include limited demolition and repair/ replacement of siding, or providing new siding, partial removal of masonry, stone or brick veneers, copings and fascias associated with roof replacements and repairs. Also new structural roof construction is included.





The Contractor must furnish all hazmat testing, hazmat remediation, mold remediation, labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work.





The total estimated magnitude of construction for this contract (base period plus option years) is between $25,000,000 and $50,000,000.





The anticipated award of this contract is June 2023.





The appropriate NAICS code for this procurement is 238160; Annual Size Standard: $16.5M





Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.





Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Information Form. The following information shall be provided:






  1. Contractor Information: Provide your firm’s contact information including Unique Entity Identifier and CAGE Code.






  1. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm’s small business status.






  1. Bonding Capacity: Provide your surety’s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The aggregate bonding capacity must be no less than $10M to be deemed acceptable for this notice.






  1. Experience: Submit a minimum of three (3) up to a maximum of five (five) recent projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm.





A specific project is a single project or a single task order under an indefinite quantity contract. Recent is defined as having been 100% completed within the five (5) years prior to the submission due date. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. A relevant project is further defined as:





Size: A final construction cost of at least $150,000 for the roofing portion of the construction project. At least (1) one project must have a final cost of at least $1,000,000 for the roofing portion of the construction project.





Scope/Complexity: Removal, repair and/or replacement of at least five of the following type of roofing systems:






  1. PVC, - required

  2. TPO

  3. E.P.D.M roofing systems, - required

  4. Slate Roofs - required

  5. Liquid applied roofs -required



(6) Standing seam metal roofing, -required



(7) Transite roof panels.





Each project submitted does not require demonstrated experience with all of the above listed scope/complexity components, but collectively, they must demonstrate experience with at least five (5) roofing system types.





Additionally, submitted relevant projects shall demonstrate the following characteristics:





a) Offerors shall have acted as the prime contractor on submitted projects. Offeror’s experience performing as subcontractors will not be considered, nor will experience of companies proposed to work as subcontractors on the awarded contract.





b) Experience with both a complete roof replacement (at least one (1) project) and repairs/renovation to a roof (at least one (1) project).





Handling Concurrent Task Orders: Describe the Contractor’s ability to provide services and handle multiple simultaneous projects in Rhode Island, Connecticut and Massachusetts area locations, including the maximum number of task orders under Indefinite Delivery Indefinite Quantity (IDIQ) contract where the Contractor is prime contractor. Specify if these task orders were under a single contract or multiple contracts. Also, describe Contractor’s approach and capabilities to perform emergency repairs.





This will be an Indefinite Delivery/Indefinite Quantity Contract to provide the services identified in the scope at different buildings at various sites simultaneously. Other incidental work related to roofing is included and may be ordered at existing or new locations on and around various Government sites in Rhode Island, Connecticut, and Massachusetts Area.





Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period.





The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities.





RESPONSES ARE DUE ON Thursday, 10 November 2022 by 2:00 PM local time. The submission package shall ONLY be submitted electronically to Amanda Bricker at amanda.l.bricker.civ@us.navy.mil AND Holly Snow at holly.r.snow.civ@us.navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a "read receipt." Responses received after the deadline or without the required information will not be considered.





Questions or comments regarding this notice may be addressed by email to Amanda Bricker at amanda.l.bricker.civ@us.navy.mil AND Holly Snow at holly.r.snow.civ@us.navy.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 27, 2022 04:19 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >