Similar Projects
Replace/Repair Roofing Systems
Alteration
Design
$219,200 est. value

2023 Roofing Improvements at Wilson Middle School, Moline High School and Horace Mann Elementary School
Renovation
Sub-Bidding
$1,800,000 CJ est. value
Moline, IL 61265

Housing Rehabilitation Program - Siding, Soffit, Gutter (Pendelton)
Renovation
Post-Bid
Rock Island, IL 61201

Illinois Affordable Housing Trust Fund Single Family (SFR), Round 2 (SFR-R) - Roof, Gutters
Renovation
Post-Bid
Moline, IL 61265

Roof 27 and 28 Replacement
Results
East Moline, IL 61244

Rock Island High School - 2021 Roofing and Masonry Improvements
Results
Rock Island, IL 61201

Douglas Park Fire Station #5 - Restoration Phase One
Renovation, Alteration
Post-Bid
Rock Island, IL 61201

Longview Park Pavilion Roof Replacement - 2021
Results
Rock Island, IL

New Roof, Tuck Point, and Chimney Removal
Renovation, Alteration
Post-Bid
Rock Island, IL 61201

Housing Rehabilitation - New Roof
Renovation
Results
Rock Island, IL 61201

Roofing & Gutters
Alteration
Post-Bid
Moline, IL 61265

Housing Rehabilitation Program - Roof, Sidewalk, and Porch
Renovation
Results
Rock Island, IL 61201

Osburn Residence Roof, Gutters
Renovation, Alteration
Post-Bid
Moline, IL 61265

District 2 Facility Masonry Roofing Repair Services
Alteration
Results

Roof, Gutters, Downspouts
Alteration
Post-Bid
Moline, IL 61265

Last Updated 08/17/2022 02:32 AM
Project Title

Repair Roof - Building 350

Physical Address View project details and contacts
City, State (County) Rock Island, IL 61299   (Rock Island County)
Category(s) Single Trades
Sub-Category(s) Roofing
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The United States Contracting Command - Rock Island (ACC-RI) requests a proposal for the Replace Roofing - Building 350 on the Rock Island Arsenal, Rock Island IL All w ork is to be done in accordance w ith (IAW) the Scope of Work (SOW) for Project 2022-3282, attached specifications and draw ings. See DFARS 252.236-7001. This Request for Proposal (RFP) is issued as a total 100% Small Business Set Aside. This RFP contains one base bid. IAW FAR 36.204(f), the magnitude of this project is betw een $1,000,000.00 and $5,000,000.00 Performance and Payment Bonds are required. Please see Executive Summary for further requirements. EXECUTIVE SUMMARY 1. The United States Army Contracting Command - Rock Island (ACC-RI) requests a proposal on behalf of Rock Island Arsenal Garrison (USAG-RIA) consisting of furnishing labor, materials and equipment to repair by replacement of an existing low-slope EPDM roof with a new EPDM roofing system on Building 350 located at the US Army Garrison, Rock Island Arsenal, Rock Island Illinois. All work is to be done in accordance with the Scope of Work (SOW) for project 2022-3282. 2. This requirement will be competed on SAM.gov as a 100% Small Business Set Aside. 3. The North American Industry Classification System (NAICS) code is 238160, Roofing Contractors. The Product Service Code is Z2QA, Repair or Alteration of Restoration of Real Propoerty (Public or Private). 4. All Offerors MUST be registered in the System for Award Management (SAM) database in accordance with Federal Acquisition Regulations (FAR) 52.204-7 and Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004 when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in SAM will make an Offeror inelegible for award. Contractors may obtain information on registration and annual confirmation requirements via the SAM website at https://www.sam.gov/SAM/ or by calling 866-606-8220. 5. The Government will award a single Firm Fixed Price (FFP) type contract from this solicitation to the responsive, responsible Offeror with lowest price. 6. The Government reserves the right to reject any or all proposals and make no award if such action is in the best interest of the Government. 7. Notice to potential Offerors: In order to align with current requirements of Department of Defense Federal Acquisition Regulation Supplemental (DFARS) 201.304 and Army Federal Acquisition Regulation Supplemental (AFARS) 5101.304 there has been a change to the format of ACC-RI solicitations (and resultant contracts). This notice is to inform you of that format change and to advise you to review the entire solicitation thoroughly. 8. The Government anticipates price competition, therefore, certified cost or pricing dats is not required to be submitted with the Offerors proposal. However, the Government reserves the right to request certified cost or pricing data in the event price competition does not exist. 9. There will be a Site Visit held for this requirement on Monday, July 18th, 2022 at 11:00 AM, CST. Due to limited parking at Building 350, Government personnel will meet all site visit attendees at Building 102 and then we will proceed to Building 350. See Attachment 0008 for map. 10. Offerors are cautioned to ensure their proposals are fully complete, including fill-ins and blanks in the solicitation. Any Offeror submitting a proposal agrees by submission that their proposal and the prices contained therein will be valid for 60 days after receipt of final proposals. 11. This solicitation is subject to availability of funds; therefore this solicitation is currently unfunded. The Government reserves the right to not fund any work listed in the solicitaiton. See FAR clause 52.232-18. 12. Offerors should note the provision at FAR 52.215-1, "Instructions to Offerors - Competitive Acquisition". The Government intends to award a contract resulting from this solicitation without discussions with Offerors (except clarifications described in FAR 15.306 (a)). Therefore, Offeror's initial proposals should contain the best terms. The Government does however, reserve the right to conduct discussions if determined necessary by the Contracting Officer. 13. The prevailing Davis-Bacon Act for wage determination will be incorporated into the resultant contract and will be in effect for the entire performance period of the resultant contract. The most recent wage determination can be found online at: www.sam.gov or see Attachment 0006 of this solicitation. 14. Contractor questions regarding solicitation and work contained in the SOW are due to the solicitation POC no later than 10:00 AM CST on August 5, 2022 in order to ensure that all question can be answered and posted for all Offeror's knowledge prior to solicitation closing. All questions should be directed in writing to Julie Culliton by email, julie.k.culliton.civ@army.mil and David Weindruch, david.m.weindruch.civ@army.mil providing the SOLICITATION number W52P1J22R5006 in the subject line. 15. Proposal submission deadline is listed in BLOCK 13 of this solicitation. Proposal must be sent electronically to julie.k.culliton.civ@army.mil. No hard copies will be accepted. Bid Bonds cannot be accepted electronically BID GUARANTEE (SEP 1996) (a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds, (1) to unsuccessful bidders as soon as practicable after the opening of bids, and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.- (c) The amount of the bid guarantee shall be twenty (20) percent of the bid price or $3,000,000.00, whichever is less.- (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.- (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

74,700 SF.
Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents