Maryland Bids > Bid Detail

MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT AND/OR INSTALLATION OF A VARIETY OF ROOFING SYSTEMS

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159188103598991
Posted Date: Feb 16, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/36af0022dc...
Follow
MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT AND/OR INSTALLATION OF A VARIETY OF ROOFING SYSTEMS
Active
Contract Opportunity
Notice ID
W56ZTN24R0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 05:15 pm EST
  • Original Response Date: Feb 26, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: 5650 - ROOFING AND SIDING MATERIALS
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. All responses will be used for market analysis in determining the availability of potentially interested 8(a) businesses and may be used to determine appropriate acquisition strategy.



The Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is seeking potential sources for a Firm-Fixed Price Indefinite Delivery Requirements Contract in accordance with FAR 16.503 for MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION OF A WIDE VARIETY OF ROOFING SYSTEMS. The intention is to procure these services as a competitive 8(a) set-aside.



INFORMATION AND INSTRUCTIONS:



Based on the responses to this source sought notice/market research, this requirement shall be set-side for small business under the 8(a) Program. All qualified 8(a) Small Businesses shall be registered under the SAM.Gov. Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluations will be provided to companies regarding their submissions. The contractor shall provide all plant, labor, materials, equipment, tools, services, insurance and bonding necessary and performing all work necessary for the maintenance, repair, reconstruction, demolition, replacement and/or installation of a variety of roofing system. This includes all work related to providing complete and watertight roofing systems on diverse building types. This work is to be performed under individual task orders at one of the following areas: Aberdeen and Edgewood areas of Aberdeen Proving Ground, to include but not limited to the North and South Cantonment areas, Churchville Automotive Testing Facility, Grace’s Quarters, and Carroll Island, Adelphi Laboratories and Blossom Point Testing Facilities. Work to be performed can include, but is not limited to the maintenance, repair, reconstruction, demolition, replacement, and installation of the following principal features:




  1. Existing variety of roofing materials and insulation

  2. Roof decking

  3. Trusses and rafters

  4. Sheet metal, flashings, drip edges, gravel stops etc.

  5. Cants, nailers, soffit, cornice, rake and fascia

  6. Gutters and scuppers, downspouts, leaders and conductor heads

  7. Vents and ventilators

  8. Roof drains piping interior to building

  9. Walkways, pitch pockets, expansion joints, caulking and backer rods

  10. Painting various surfaces

  11. Recoating roof systems

  12. Raising roof mounted equipment

  13. Relocation and reinstallation of electrical conduit/security sensors

  14. Asbestos and Lead inspections, sampling testing and analyses

  15. Roofing related materials containing asbestos and lead as necessary to accomplish the task at hand.

  16. Associated tasks and details necessary to complete these projects and provide a weather tight roof

  17. Associated tasks and details necessary to address the weather tight integrity of the building envelope.



The length or duration of this contract is a five (5) years contract with a possibility to add six months option to extend the services in accordance with FAR 52.217-9, Option to Extend the Term of the Contract. Estimated total value of this contract is between $120-$130 million.



If your company has the potential capacity to perform this work, please provide the following information: 1) Company name, address, email address, web site address, telephone number, and size and type of ownership of the company; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; 3) Company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. If subcontracting or teaming is anticipated in order to deliver technical capability, companies should address the administrative and management structure of such arrangements. Interesting parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of less than 10 pitch. In addition, Contractor shall provide a letter from their surety that they will be able to obtain a bonding capacity at minimum of $10 million.



The applicable NAICS code for this requirement is 238160 with a Small Business Size Standard of $19.0 Million.



The deadline for response to this request is no later than 10:00am, EST, 26 February 2024. All responses under this Sources Sought Notice must be emailed to debora.c.cardosothelen.civ@army.mil and Barbara.d.cousins.civ@army.mil.



This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this source sought is strictly voluntary and will be used solely for the purposes of market research. Please be advised that all submissions become Government property and will not be returned. Questions on this notice shall be submitted to the email address above for Debora Cristina Cardoso Thelen, Contract Specialist and Barbara Cousins, Contract Officer.


Attachments/Links
Contact Information
Contracting Office Address
  • 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-3013
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 16, 2024 05:15 pm ESTSources 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 >