Similar Projects
NY 107 Over I495 Bridge Replacement
Demolition, New Construction, Infrastructure
Conception
$22,000,000 CJ est. value
Massapequa, NY 11758

RFP - Gary Road Area
Infrastructure
Conception
$1,725,000 CJ est. value
Syosset, NY 11791

AutoZone #6872 / Westbury
New Construction, Infrastructure - 7,000 SF
Design
$1,500,000 CJ est. value
Westbury, NY 11590

Heritage Village
Demolition, New Construction, Infrastructure - 59,150 SF
Design
$200,000,000 CJ est. value
Hicksville, NY 11801

Long Beach WPCP Consolidation Pump Station Conversion
Infrastructure
Bidding
$1,030,000 CJ est. value
Long Beach, NY 11561

Long Beach WPCP Consolidation Force Main
Infrastructure
Bidding
$200,000 CJ est. value
Long Beach, NY 11561

Clean Fill Removal Services
Alteration
Post-Bid
Elmont, NY 11003

Bellerose Village Road Repairs 2022
Infrastructure
Post-Bid
$300,000 CJ est. value
Bellerose Village, NY 11001

Rockville Centre Police Station - Site Construction
Infrastructure
Results
Rockville Centre, NY 11570

NCC Culinary Arts
Renovation
Results
Garden City, NY 11530

Glen Cove Multi-Residential Development
New Construction, Infrastructure
Pending Verification
$5,000,000 CJ est. value
Glen Cove, NY 11542

Nassau Hub
New Construction, Infrastructure - 200,000 SF
Pending Verification
$1,500,000,000 CJ est. value
Uniondale, NY 11553

Smith Street Apartment Building
New Construction, Infrastructure - 39,780 SF
Conception
$6,000,000 CJ est. value
Freeport, NY 11520

The Langdon
New Construction, Infrastructure - 2,000 SF
Design
$103,740,000 CJ est. value
Lynbrook, NY 11563

Fuschillo Park Improvements
Infrastructure
Bidding
$300,000 CJ est. value
Carle Place, NY 11514

Last Updated 09/20/2022 09:53 AM
Project Title

Roof Leak Repairs in Palmer, Jones Halls, Fitch Building and Tomb Field Press Box

Physical Address View project details and contacts
City, State (County) Great Neck, NY 11024   (Nassau County)
Category(s) Education, Heavy and Highway
Sub-Category(s) College/University, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement "6923G222Q000019" constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. The Solicitation number is "6923G222Q000019" and issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in "A firm fixed price award" This requirement is a total set-aside for small business. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (in accordance with FAR 52.219-06 Notice of Total Small Business Set-Aside which applies to this solicitation). The associated North American Industrial Classification System (NAICS) code for this procurement is "238160 - Roofing Contractors, business size standard $16.5" REQUIREMENTS The United States Merchant Martine Academy (USMMA) is an agency of the Maritime Administration (MARAD) managed by the United States Department of Transportation. The USMMA is listed on the National Register of Historic Places. Therefore, all work shall be consistent with the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR part 68) http://www.nps.gov/tps/standards/four-treatments/treatment-guidelines.pdf. All work shall meet or exceed the standards provided in the Secretary of the Interiors Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. SCOPE The contractor shall be aware of the potential presence of hazardous materials, specifically Lead-based paint and asbestos, in any buildings located at the USMMA. The contractor will Immediately notify the contract officer's representative (COR) or contracting officer upon Encountering any hazardous materials DELIVERABLES The Contractor is responsible for the following: 1. Investigate Roofing Areas 1.1. Investigate roofing areas to find water penetrations causing leaks. 2. Repair Roofing 2.1. Approximately 1000 square feet 2.2. Clean and scrape all debris off existing leaking roof area. 2.3. Cut any blisters in the area of assumed leak. 2.4. Replace, if necessary, roofing material in like kind to existing. 2.5. Install Johns Manville Two Part PermaFlash, or equivalent, on all seams and penetrations surrounding leaking area. GENERAL 1. The contractor shall provide all labor and material, transportation and supervision in the performance of all tasks detailed in this statement of work. 2. All work is to conform to federal, state and local regulations and codes. 3. Maintain a work area compliant with safety standards. 4. Areas worked on shall be cleaned and secured on a daily basis. 5. Any damage to existing facilities or appurtenances shall be repaired or replaced in kind, by the contractor at no cost to the Government. 6. Examine existing conditions prior to any repair activities, site visit will be scheduled to inspect the site where services are to be performed. 7. Excess material and debris shall be disposed of in accordance with local and state ordinances. 8. No vehicles shall be driven on the sidewalks or grass. 9. Make every effort to minimize the impact to the daily routine of the Academy. CLOSE OUT The contractor shall provide a signed warranty of any damage, defective material and improper workmanship on any material provided in this contract. Materials and labor to be warranted for one year after installation, and equipment to be warranted per manufacturer SUBMITTALS 1. N/A GOVERNMENT FURNISHED PROPERTY, MATERIAL, EQUIPMENT OR INFORMATION. N/A CONSIDERATIONS o Maintain communication with the COR (and immediately inform the COR of any unforeseen issues or problems that arise). o Inform COR of any anticipated disruption in services for construction at least three (3) days in advance PLACE OF PERFORMANCE Contractor will perform the task at located at the USMMA, 300 Steamboat Road, Kings Point, N.Y. 11024 PERIOD OF PERFORMANCE Work is to be completed within 21 calendar days after NTP is approved. Work is to be performed during normal business hours 0700 to 1630, Monday through Friday unless approval is granted by the Contracting Officer. APPLICABLE DEPARTMENT OF LABOR (DOL) WAGE DETERMINATION (WD): The Service Contract Act WD is applicable for this requirement and is available online at the following address: https://sam.gov/ (SCA2015-4157 Rev. 14 dated Jul. 21, 2021). USMMA Point of Contacts: Contracting Officer's Representative Paul Buhse, COR, Planner/Estimator P: 516-726-5901 E: BuhseP@usmma.edu CONTRACTING OFFICER: Carmen I. Feliz Contracting Officer P: 516-726-6149 E: Felizc@usmma.edu Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, lowest price deemed to be fair and reasonable To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at: https://beta.sam.gov/ The provision at 52.212-3 Offeror Representations and Certifications-Commercial items, applies to this solicitation and must be completed via Online Representations and Certifications application (ORCA) at https://beta.sam.gov/ DATE AND TIME Signed quotes are due NO LATER THAN SEPTEMBER 23RD 2022 @1000 All responsible sources may submit a response, which, if timely received will be considered by the agency. Quotes will only be accepted via email to: Attention: Carmen I. Feliz, Contracting Officer subject line (6923G222Q0000019) emailed to: felizc@usmma.edu Any questions, must be in writing and can be emailed to: felizc@usmma.edu A site-visit will be held on Wednesday @1000 AM ET at: at the U.S. Merchant Marine Academy, Kings Point, NY 11024. Attendance at the site-visit is highly recommended. As per FAR part 52.237-1, In no event shall failure to inspect the site constitute grounds for a claim after contract award Please notify the Contracting Officer, Carmen Feliz at felizc@usmma.edu and courtesy copy to Maxmillian S.Diah Department Head-Procurement at: diahm@usmma.edu with the company name and the name of representative(s) attending the site visit no later than 0900 Tuesday September 22nd , 2022 Offferors are also requested to submit any questions from the review of this solicitation package in writing. All questions should be emailed to the USMMA Procurement Department with the solicitation number #6923G222Q000019 in the subject line. Responses to questions will be issued by amendment to this solicitation package via this notice. All questions are due to the Contracting Officer: Carmen Feliz at felizc@usmma.edu and courtesy copy Maxmillian S. Diah Department Head-Procurement diahm@usmma.edu NLT 0900 ET on Thursday, September 24TH 2022. CLAUSES- 52.252-2 Clauses Incorporated by Reference This solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following internet address: Federal Acquisition Regulations (52) https://www.acquistion.gov/COMP/FAR/CURRENT/HTML/FARTOCP52.HTML The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial items (OCT 2014) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be deemed the lowest price technically acceptable offer. Delivery, technical capability and past performance will be evaluated to determine technical acceptability. The clause at 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this solicitation, however, only the following clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. INVOICE SUBMISSION INSTRUCTIONS - The Contractor may submit invoices in electronic format. INVOICES Effective February 1, 2021 the Department of Transportation (DOT) has implemented a new invoicing processing system; Delphi eInvoicing web portal to submit your invoice(s). The login can be found at: www.login.gov. Please see the attached instructions to help you to set-up a user name and password and information on how to submit your invoice(s). There is also a training video to help you to submit your invoice(s) located at: https://einvoice.esc.gov then click on Vendor training

Details

Division 03 - Concrete, Cast-in-Place Concrete, Concrete Finishing, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Specialty Doors and Frames, Entrances, Automatic Entrances, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Acoustical Ceiling Suspension Assemblies, Flooring, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Protective Covers, Flagpoles, Flags and Banners.
Division 11 - Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Service Line Equipment, Soda Fountain Equipment, Coffee and Espresso Equipment, Ice Machines, Cleaning and Disposal Equipment, Library Equipment, Audio-Visual Equipment, Laboratory Equipment, Broadcast, Theater, and Stage Equipment, Athletic and Recreational Equipment, Athletic Equipment, Play Field Equipment and Structures, Exterior Court Athletic Equipment, Athletic Field Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Countertops, Rugs and Mats, Office Furniture, Seating, Institutional Furniture, Classroom Furniture, Library Furniture, Book Shelves, Multiple Seating.
Division 21 - Fire Suppression.
Division 22 - Plumbing, Plumbing Insulation, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Ventilation Hoods, Central Heating Equipment, Central Cooling Equipment.
Division 26 - Electrical, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Roadway Lighting, Area Lighting, Flood Lighting, Exterior Athletic Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Call Management, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems.
Division 28 - Electronic Safety and Security, Access Control, Electronic Surveillance, Fire Detection and Alarm.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Athletic and Recreational Surfacing, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical 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