Similar Projects
Airport Terminal Building Roof Replacement
Renovation
Sub-Bidding
$300,000 CJ est. value
Danville, VA 24541

Roof Repair Services
Term Contract
Post-Bid
Woodford, VA 22580

Central Virginia Correctional Unit 13 Roof Replacement
Alteration
Post-Bid
Chesterfield, VA 23832

Roof Replacement Project at Grove Park Preschool
Results
Danville, VA

Roof Replacement at John Adams Elementary School
Results
Alexandria, VA 22311

Chesterfield County Administration Building Roof Replacement Project
Alteration
Post-Bid
Chesterfield, VA 23832

Camp 30 AHQ Roof Truss Repairs
Results
Fairfax, VA 22030

Gutter Replacement at Building B-45 at Defense Supply Center-Richmond
Alteration
Post-Bid
Richmond, VA

Roof Repair Services
Term Contract
Results

Water Treatment Plant Roof Replacement
Alteration
Post-Bid
$600,000 est. value
Danville, VA 24541

Aircraft Rescue and Firefighting (ARFF) Station Roof Replacement at Charlottesville Albemarle Airport
Results
$100,000 to $199,999 est. value
Charlottesville, VA 22911

Roof Rehabilation Project at Colonial Heights High School
Alteration
Post-Bid
Colonial Heights, VA 23834

Troutville AHQ Shop/Maint Bldg Roof Repl
Results
Troutville, VA 24175

Summer 2022 Roofing Projects - Walton Middle School Phase Two
Alteration
Post-Bid
$500,000 to $3,000,000 est. value
Charlottesville, VA 22903

Richmond Materials Lab Roof Replacement
Results
Colonial Heights, VA 23834

Last Updated 12/28/2022 10:32 AM
Project Title

CADs 1 and 10 Roof Replacement

Physical Address View project details and contacts
City, State (County) Williamsburg, VA 23185   (James City County)
Category(s) Single Trades
Sub-Category(s) Roofing
Contracting Method Competitive Bids
Project Status Sub-Bidding, 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

All terms and conditions of N40085-18-D-1140/1141/1143/1144/1145 Indefinite Delivery Quantity Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. You are responsible to adhere to all applicable clauses, even if they are not stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issues, please contact the POC. Amendments will be posted directly to https://sam.gov/ under Contract Opportunities. NAVFAC Solicitation No.: N4008522R2794 NAVFAC Specification/Drawings: Work Order No. 1698939 (Attachments A & B) Title: CADs 1 & 10 Roof Replacement Location of the Work: Naval Weapons Station Cheatham Annex, Williamsburg, VA Description of the Work: This project consists of demolition, wood fascia boards, wood purlin sister boards, plywood decking, modified bitumen roofing system, flashing, sheet metal, seamless gutters and incidental related work for CADs 1 & 10. Estimated Price Range: In accordance with FAR 36.204, the magnitude of construction for this project is between $1,000,000 and $5,000,000. Time for Completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the duration of this task order shall be 300 calendar days from date of award (includes 15 calendar days for submission and approval of bonds and insurance). Wage Determination: Department of Labor (DoL) General Decision Number VA20220169 05/20/2022 applies to this work (Attachment C). The wage determination version in effect at the time of award shall apply to the work performed under this contract. Liquidated Damages: In accordance with FAR 52.211-12 Liquidated Damages, if the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $998.00 for each calendar day of delay until the work is completed or accepted. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services - The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. Record Shop Drawings: In accordance with FAR 52.236.21 Specifications and Drawings for Construction, record shop drawings are required. Reproducible copies of these record drawings are not required. Government Furnished Property: Not Included. Basis for Award: This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. The proposed task order will be awarded to the responsible Offeror, offering the best value to the Government. For this task order, to make a determination of best value, the Government shall evaluate each Offeror on price only and the basis for award will be low price. Bond Requirements: In accordance with FAR 52.228-1, Bid Guarantees, each Offeror shall submit with its offer a guarantee bond (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or $3,000,000, whichever is less. The Offeror shall submit an electronic copy with the price proposal form and a hard copy of your bid bond must be submitted to the address listed in the title above, within three (3) days after the due date and time for receipt of proposals. Failure to submit a bid bond by the deadline will result in your proposal being removed from consideration. Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Acceptance Period: Proposal acceptance period shall be 120 days from receipt of offers. Pre-Proposal Inquiries (PPIs): Offerors who determine that the technical and or contractual requirements of this RFP require clarification(s) in order to permit submittal of a responsive proposal shall submit all questions in writing to james.a.godwin41.civ@us.navy.mil. All inquiries shall be submitted via email to the POC no later than Close of Business (COB) 10 days prior to the proposal due date. Additionally, all inquiries shall be submitted using the Pre-Proposal Inquiry (PPI) form (Attachment D). Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment and provided via email. Site Visit: All MACC holders are invited to attend Site Visit for the project. Information is below: Date and Time: Monday, August 8th, 2022 @ 0900 EDT Meeting Location: Please meet at Naval Weapons Station Cheatham Annex, Williamsburg, VA, in the parking lot in front of CAD 1. Badging: Contractor personnel that do not have DBIDS access for Naval Weapons Station Cheatham Annex must complete SECNAV 5512 form (Attachment G) and bring to the NWSY Pass & ID office to secure a visitor pass to gain access to Cheatham-Annex. These requests must be submitted as soon as possible in order to ensure processing prior to the site visit date. Please email James Godwin at james.a.godwin41.civ@us.navy.mil to RSVP for site visit by Thursday, August 4 th, 2022 @ 1400 EDT. Please Note: Site Visit POC: Keith Anders, PWD Yorktown - Construction Manager Email: keith.e.anders2.civ@us.navy.mil Phone: (757) 887-4198 Proposal Due Date: Friday, August 26, 2022 at 1400 Eastern Daylight Time. LATE PROPOSALS WILL NOT BE ACCEPTED. Proposal Delivery Information: OFFERORS SHALL SUBMIT electronic proposals (.pdf format) in response to this solicitation using the PIEE Solicitation Module. Only the PIEE Solicitation Module is authorized for the submission of electronic proposals in response to this solicitation. Electronic proposal submissions should be no larger than 1.9 GB per file. Offerors shall ensure that the Government has received the electronic proposal prior to the date and time specified. PIEE Solicitation Vendor Access Instructions are provided via Attachment F. Emailed submissions will not be accepted. Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened, or are otherwise missing the required content are the responsibility of the Offeror. PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any proposal submission. LATE PROPOSALS WILL NOT BE CONSIDERED. In response to this request for proposal, the complete proposal shall include the Price Proposal and the Non-Cost/Price Factors Proposal, submitted in accordance with the above Basis of Evaluation and Submittal Requirements for Each Factor. Evaluation Factors for Award 1. The proposed task order will be awarded to the responsible Offeror offering the best value to the Government. The lowest price source selection process is selected as appropriate for this acquisition because the best value is expected to result from selection of the proposal with the lowest evaluated price. To make a determination of best value, the Government shall evaluate each Offeror on price only. 2. Basis of Evaluation and Submittal Requirements for Each Factor. (a) Price: (1) Solicitation Submittal Requirements: Offeror shall submit the following: Cover page that includes: - Solicitation Number - Solicitation Title - Prime Contractor Name - Prime Contractor Address - Phone Number - Fax Number - DUNS - Cage Code - Point of Contact - Point of Contact Phone Number - Point of Contact Email Price Proposal Form (Attachment E) Acknowledged Amendments (if applicable) Bid Bond (2) Basis of Evaluation: The Government will evaluate price based on the lump sum price. The Government will evaluate price based on the total price proposal including the base price and all options. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate (IGCE). c. Comparison of proposed prices with available historical information. d. Comparison of proposed prices with market survey results. Evaluation 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with Offerors in the competitive range; and to award the contract to the Offeror submitting the lowest price proposal. 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposal *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

Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.

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