Fort Riley Roofing SATOC

Agency: DEPT OF DEFENSE
State: Kansas
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Sep 1, 2023
Due: Sep 22, 2023
Solicitation No: W912DQ24D4TBD
Publication URL: To access bid details, please log in.
Follow
Fort Riley Roofing SATOC
Active
Contract Opportunity
Notice ID
W912DQ24D4TBD
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST KANSAS CITY
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 31, 2023 06:05 pm CDT
  • Original Response Date: Sep 22, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 07, 2023
  • 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:
    Fort Riley , KS 66442
    USA
Description

Fort Riley Roofing SATOC at Fort Riley, KS for the United States Army Corps of Engineers, Kansas City District

This is a Sources Sought Announcement, issued in accordance with DFARS 236.272 and the United States Army Corps of Engineers (USACE) Acquisition Instruction (UAI) 5136.272.





This is a Notice for Sources Sought only. This is not a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications or drawings available with this announcement. It does not constitute a procurement commitment by USACE, implied or otherwise. No contract will be awarded from this Sources Sought Notice. Response is strictly voluntary; no reimbursement will be made for any cost associated with providing information in response to this Sources Sought or any follow-up information requests. The Government shall not be liable for or suffer any consequential damages for any improperly identified information.





The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a Request for Proposal (RFP) solicitation for Roof Repair/Replacement on various buildings at Fort Riley, Kansas. This requirement is a 100% small business set-aside, which will result in the award of an Indefinite Delivery Contract (IDC), Single Award Task Order Contract (SATOC).





The general scope of work includes, but is not limited to: roofing repairs and replacements in Riley and Geary Counties at Fort Riley, Kansas. Requirements awarded under the IDC will include furnishing all plant, labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specifications for replacement and repair of asphalt shingle, built-up asphalt, styrene butadiene-styrene modified bituminous (mod bit), ethylene-propylene-diene monomer (EPDM), polyvinyl-chloride (PVC), thermoplastic-polyolefin (TPO), and architectural and structural metal panel roofs. Fort Riley is in an area with constant changing weather patterns and is subject to extreme conditions such as large hail, strong winds, and sudden rainstorms. Along with the weather conditions, Fort Riley has a large surplus of limestone facilities dating back to the early to mid-1800s.





This solicitation will be issued as a Request for Proposal (RFP) and evaluated in accordance with FAR 15, using trade-off source selection procedures such as Performance Confidence and Price.



The Government proposes to issue a single five-year Firm-Fixed Price (FFP) type contract for this Design Bid-Build construction Indefinite Delivery Contract (IDC). The maximum value of this IDC contract will not exceed $25,000,000. Task orders will be awarded as individual projects are identified. The minimum order is $2,500 and the maximum order is $5,000,000, IAW FAR 52.216-219 Order Limitations.







The North American Industry Classification System (NAICS) code for this project is 238160 (Roofing Contractors), with a small business size standard of $19,000,000.00.





Currently, no pre-solicitation conference or organized site visit is planned for this solicitation. If the government does schedule a conference or site visit, the details will be included in the solicitation.







To be considered qualified, firms must meet the following minimum requirements:




  1. Company Information (Identify if using a joint venture or partnering). The following information is required.

    • Company Name

    • Mailing Address

    • Contact Phone Number and E-Mail

    • Cage Code *

    • Duns Number



  2. Capability: Provide your firms capability to perform this requirement.

  3. Capacity: Can your firm accomplish this requirement?

  4. Ability to successfully comply with the provisions of FAR 52.219-8, Utilization of Small Business Concerns.



Offeror's type of business and business size. (If small business, Company’s current small business category (Small Business, HUBZone, Service-Disabled Veteran Owned, Woman-Owned, and/or 8(a)) as it relates to the specified NAICS Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet website at https://www.sam.gov. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror.





Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov. For free help with SAMs, contact your local Procurement Technical Assistance Center (PTAC) at https://www.aptac-us.org/contracting-assistance/.





For administrative or contractual questions, please contact Erynn Wright at erynn.n.wright@usace.army.mil and MAJ Brandon Wagner at brandon.c.wagner@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST
  • KANSAS CITY , MO 64106-2896
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 31, 2023 06:05 pm CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow Notice of Intent: Design/Build Staging Area Kansas City (ZKC) ARTCC Olathe, KS ...

TRANSPORTATION, DEPARTMENT OF

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.