Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-09-29 11:00:00
United States SAM

TAC Roof Program B9001 - Multiple Award Task Order Contract (MATOC)

Process Number W912BV21R0033

USA

Dates:


Notice ID:

W912BV21R0033

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

US ARMY ENGINEER DISTRICT TULSA

Office:

US ARMY ENGINEER DISTRICT TULSA

General Information:


All Dates/Times are:

(UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA

Updated Published Date:

(UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA

Original Published Date:

2021-09-29 11:00:00

Original Response Date:

Oct 28, 2021 10:00 am CDT

Inactive Policy:

15 days after response date

Original Inactive Date:

Nov 12, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

Total Small Business Set-Aside (FAR 19.5)

Product Service Code:

Z2BZ - REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES

NAICS Code:

236220 - Commercial and Institutional Building Construction

Description:


Original Set Aside:

This is a PRE-SOLICITATION notice for 7-year, $80 million dollar, IDIQ, Multiple Award Task Order Award Contract (MATOC) for the TAC Roof Replacement Program, Building 9001, Tinker Air Force Base, Oklahoma City, OK. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers – Tulsa District will solicit a 7-year, $80 million dollar, IDIQ, Multiple Award Task Order Award Contract (MATOC) for the TAC Roof Replacement Program, Building 9001, Tinker Air Force Base, Oklahoma City, OK. The task orders will be design build, Firm Fixed Price orders. Below is an example of the work typically expected for the task orders. Remove existing coal tar pitch built‐up roofing Provide new roof system with a fully adhered 90‐mil Ethylene Propylene Diene Terpolymer (EPDM) membrane system with a 30 year warranty, with a minimum average R-38 ISO 95+ Polyisocyanurate tapered insulation, and a vapor barrier on ½” gypsum fiber secure rock. The roof system will be designed as a Class A Fire Rated System. Install new roof drain and bowl assemblies. Remove existing 6” by 6” metal plates in designated areas. Requires access from beneath roof deck. Remove existing expansion joints. Provide new expansion joints. Construct and Install ramps over expansion joints. Remove all existing base flashing, counter flashing, and coping cap metal Provide new base flashing, counter flashing, and coping cap metal. Remove all abandoned equipment, where identified. Replace existing smoke/heat vents with an updated design to be more resistant to water infiltration. Raise fire hydrant boxes to meet 8” curb height requirement. Design and construct roof system to meet secondary roof drainage requirements. Metal deck replacement, when required. Required Schedule Specifications (SECTION 01 32 01.00 20) on this project. A Designated Authorized Representative for Schedule is required. Prepare for approval a Project Schedule showing the sequence in which the Contractor proposes to perform the work and dates on which the Contractor contemplates starting and completing all schedule activities. The scheduling of the entire project, including the design, construction, and close out sequences, will be required. The schedule shall be use for forward planning as well as a project-monitoring tool. Monthly Progress Meetings will be required. In accordance with FAR 36/DFARs 236, the estimated construction price range for each task order is: Between $5,000,000 and $15,000,000 Estimated duration of typical task orders is 300 calendar days per roof section. Minimum capabilities required include A/E design information under a Design-Build scope of work, specialty requirements for subject facilities include experience with handling multiple large roofing projects simultaneously. CPARS ratings must be provided. Provide past performance on at least three $5M -$15M roof projects in past 5 years. The contract period of performance is for a base and options. The total contract capacity will not exceed $80,000,000. The estimated minimum size of a task order is $2,000 and the estimated maximum size of a task order is $15,000,000. Firms must have ability to perform up to 2 task orders simultaneously. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39,500,000. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. TYPE OF SET-ASIDE: NONE - This requirement will be solicited as 100% Small Business Set-Aside. Anticipated solicitation issuance date for Phase 1 is October 28, 2021. The official synopsis citing the solicitation number W912BV21R0033 will be issued under contracting opportunities via www.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING DIVISION 2488 E 81ST STREET

TULSA , OK 74137-4290

USA

Primary Point of Contacts:

Brian Welch

Secondary Point of Contact:

Rudolfo J. Morales Jr.