Similar Projects
RFQ Contractor - Re-Roofing Projects
Renovation
Design
$700,000 CJ est. value
Falls Church, VA 22046

Langley Village Siding and Gutter Replacement
Renovation
Sub-Bidding
$400,000 CJ est. value
Hampton, VA 23669

Roof Replacement for MCPS Administrative Offices
Renovation
Sub-Bidding
$200,000 CJ est. value
Madison, VA 22727

Farmington Elementary School Roof Replacement
Post-Bid
Less than $375,000 est. value
Culpeper, VA 22701

Emerald Hill Elementary School Roof Replacement
Post-Bid
Less than $1,685,000 est. value
Culpeper, VA 22701

Roof Replacement Project at Grove Park Preschool
Results
Danville, VA

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

Roof Replacement Blandford Learning Academy
Renovation
Construction
$300,000 CJ est. value
Petersburg, VA 23803

Roofing and Repairs
Term Contract
Post-Bid
Richmond, VA 23297

Camp 30 AHQ Roof Truss Repairs
Results
Fairfax, VA 22030

Repair Building Roof
Term Contract
Post-Bid
$15,000 est. value
Portsmouth, VA 23703

Roof Replacement - Office and Equipment Storage Buildings
Results
Williamsburg, VA 23188

James River Reserve Fleet Roof Replacement
Term Contract
Post-Bid
Newport News, VA 23601

Fire-Rescue Admin Building/911 Center Roof Replacement
Results
Buena Vista, VA 24416

Walker Trailer Roof Repair
Alteration
Post-Bid
Charlottesville, VA 22903

Last Updated 10/03/2022 06:04 AM
Project Title

Indefinite Quantity Roofing Repair/replacement Contract at Various Government Sites in the Greater Hampton Roads Area of Virginia Area of Responsibility

Physical Address View project details and contacts
City, State (County) Norfolk, VA 23510   (Norfolk City County)
Category(s) Single Trades
Sub-Category(s) Roofing
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $39,771,508 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 29, 2022 Contract Award Number: N4008522D0082 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: Contractor Awarded Name: TST TACTICAL DEFENSE SOLUTIONS, INC. Contractor Awarded Address: Virginia Beach, VA 23453 USA Base and All Options Value (Total Contract Value): $39771508.64 GENERAL REQUIREMENTS TABLE OF CONTENTS GENERAL GENERAL OVERVIEW OF PROCUREMENT PROCESS GENERAL OVERVIEW OF CONTRACT BASIS FOR AWARD BID REQUIREMENTS PRE-PROPOSAL CONFERENCE AND SITE VISIT BID SUBMISSION INSTRUCTIONS PRE-BID INQUIRIES (PPIs) ATTACHMENTS: May be located on contract opportunities under attachments Attachment A: Hampton Roads Roofing IDIQ Attachment B: ELINs Hampton Roads Roofing IDIQ Attachment C: PIEE Vendor Access Information Attachment D: Pre-Proposal Inquiry (PPI) Form GENERAL GENERAL OVERVIEW OF PROCUREMENT PROCESS This acquisition is being solicited as a Small Business Set-Aside. The NAICS code for this procurement is 238160, Roofing Contractors, and the Small Business Size Standard is $16.5M. This acquisition will be advertised utilizing FAR Part 14 - Sealed Bidding resulting in a Firm Fixed Price (FFP) contract for construction services. GENERAL OVERVIEW OF CONTRACT Contract Title: Regional Indefinite Delivery Indefinite Quantity (IDIQ) Roofing Repair/Replacement Contract at Various Government Sites in the Greater Hampton Roads, Virginia Area of Responsibility Description of the Work: Types of work to be included in this contract are as follows, but are not limited to: locating and isolating roof leakage points and water infiltration, removal, repair and replacement of PVC and EPDM single-ply roofing systems, two-ply, modified bitumen roofing, asphalt shingles, standing seam metal roofing, Transite roof panels and other asbestos containing roofing materials, and rolled roofing. Work may include limited demolition and replacement of felt underlayment, vapor-barriers, insulation, plywood decking, roof accessories including flashing, gravel stops, drip edges, and gutters and downspouts, the application of liquid applied roof coatings, the repair of joints and re-caulking. Additional incidental work may include limited demolition and repair/ replacement of siding, copings and fascias associated with roof replacements and repairs. New structural roof construction is not included. The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. Point of Contact: All questions concerning this solicitation shall be addressed in writing to Whitney Weireter at whitney.m.weireter.civ@us.navy.mil Term of the Contract: This contract contains provisions for a Base Period with Four (4) Option Years, not to exceed sixty (60) months. Refer to Section 00 70 00 - Conditions of the Contract, FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Minimum Guarantee: The Government will issue a minimum guarantee in the amount of $5,000.00 to the successful Offeror via task order. The minimum guarantee covers the full term of the contract to include all option years. Construction Wage Requirements: General Wage Determinations covering the areas of responsibility are included in this solicitation. The most current wage decision will be incorporated into the contract at the time each option is exercised. Refer to Section 00700 - Contract Clauses and Section 00800 - Special Contract Requirements. Indefinite Quantity Individual Contract Line Item Quantities: Once the estimated quantities for individual line items shown in the Schedule have been ordered, additional quantities may be ordered as long as the overall not-to-exceed (NTE) amount of the contract per year is not exceeded and the Contractor agrees by signing the task order. BASIS FOR AWARD Award will be made to the responsible bidder whose bid, conforming to the invitation for bid requirements, will be most advantageous to the Government, considering only price and price related factors included in the invitation for bid. Bidders shall submit a lump sum price for Section 00010, CLIN 0001 (Base Year), CLIN 0002 (Option Year 1), CLIN 0003 (Option Year 2), CLIN 0004 (Option Year 3), CLIN 0005 (Option Year 4) and unit prices for ELINs A001-A020, B0010-B020, C0010-C020, D0010-D020, and E0010-E020 for each CLIN. For purposes of evaluating bids for award, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Refer to Section 00100, FAR 52.217-5 Evaluation of Options (JUL 1990). BID REQUIREMENTS PRE-PROPOSAL CONFERENCE AND SITE VISIT: A site visit is not anticipated for this procurement. BID SUBMISSION INSTRUCTIONS: The bidder shall submit ONE (1) electronic bid with the following: Cover page with solicitation number, solicitation title, Offeror name, address, phone number, fax number, Unique Entity Identifier (UEI), EIN, CAGE code, Point of Contact (POC), POC phone number, and POC email address; Completed SF 1442 signed with all amendments acknowledged; Exhibit Line Items (ELINs), Excel Spreadsheet (Electric and Hard Copy) A001-E020 for each CLIN. Solicitation Contract Form CLINs 0001, 0002, 0003, 0004, 0005 (Base and all option years). Copy of Representation and Certifications and proof of registration in System for Award Management (SAM); Confirmation of filing of Veterans' Employment and Training (VETS) VETS-4212 for the 2020/2021 filing cycle; Bid Guarantee in accordance with FAR Clause 52.228-1, Bid Guarantee; and Responsibility Determination Information (see below). RESPONSIBILITY DETERMINATION INFORMATION In order to be eligible for award, the bidder must be determined responsible in accordance with FAR Part 9, specifically 9.104-1, General Standards. The bidder shall provide the following information in the bid package, which will not be provided to the public for inspection: Identification of the Contractor's personnel and management to be used on this contract. The Contractor's technical and management plans, including a schedule for performing required services. Description of Contractor's facilities and equipment. Summary of the Contractor's experience in performing work of the type required by this specification. One (1) Signed Bank Reference demonstrating adequate financial resources. If Offeror's firm has a line of credit - provide information on how many figures Offeror can borrow against the line of credit (i.e. medium 6 figures - exact line of credit is not required). The latest three complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the Offeror. Other work presently under contract and their period of performance. Prior contracts for similar work of similar magnitude, and the names, addresses and telephone numbers of individuals with the organization issuing the contract who may be contacted for information concerning the Contractor's performance. Although required to be submitted with the bid package, this information will not be evaluated as part of the sealed bid evaluation. This information forms the basis of your firm's responsibility determination should your firm be the apparent low bidder. Packages will not be returned, but shall be destroyed by the Contracting Officer. No certificate of destruction will be issued. The Offeror's bid must include all data and information required and must be submitted in accordance with these instructions. The Offeror shall be compliant with the requirements as stated herein, for non-conformance may result in rejection of individual bids. ELECTRONIC SUBMISSION VIA PIEE Offerors shall submit an electronic bid (.pdf format) in response to this solicitation. 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 C. Emailed submissions will not be accepted. Submissions must be correctly linked to the subject solicitation number within the PIEE module. Submissions that are incorrectly linked may not be considered. Upon successful submission of bid through PIEE, the Offeror should receive an email confirmation. Please keep this for your records. 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. It is the sole responsibility of the Offeror to obtain the RFP files, along with any amendments, from Opportunities (www.sam.gov). 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 bid submission. LATE BIDS WILL NOT BE CONSIDERED. BIDS SUBMITTED IN RESPONSE TO THIS REQUEST MUST BE RECEIVED NO LATER THAN THE DATE AND TIME SPECIFIED IN BLOCK 13A OF THE SF1442. Bids not received by the time and date specified shall be treated in accordance with FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids". CONTRACTOR EVALUATION PERFORMANCE REPORTING (CPAR) Contractor's performance will be evaluated using the respective contractor performance evaluation report entry system located on the website http://www.cpars.gov. Prior to commencement of work the contractor is required to provide the government with the name, phone number and e-mail address of the "Contractor's Representative" that will be responsible for receipt and review of draft performance evaluations prepared by the government in the appropriate system. It is the contractor's responsibility to keep this contact information current. UTILITIES FOR CONSTRUCTION AND TESTING The Contractor shall be responsible for obtaining, either from available Government sources or local utility companies, all utilities required for construction and testing. The Contractor shall provide these utilities at his expense, paid for at the current utility rate delivered to the job site. The Contractor shall provide and maintain all temporary utility connections and distribution lines, and all meters required to measure the amount of each utility used. WHOLE DOLLAR PRICING Bids will be rounded down to the nearest whole dollar for evaluation and subsequent award purposes. If after rounding takes place there are multiple identical low bidders, FAR 14.408-6 shall apply. PAYMENT INSTRUCTIONS Updated payment instructions can be found under PGI 204.7108(b)(2) at the following link: https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructions Procurement Method: This acquisition will be advertised utilizing FAR Part 14 - Sealed Bidding resulting in a Firm Fixed Price (FFP), contract for construction services. BONDING REQUIREMENTS A bid guarantee is required; Refer to Section 00100 - Bidding Schedule/Instructions to Bidders, 52.228-1 Bid Guarantee. Payment and Performance bonds are required; Refer to Section 00700 - Bidding Schedule/Instruction to Bidders, 52.228-15 Performance and Payment Bonds-Construction. The Contractor will submit performance and payment bonds for each task order awarded over $150,000.00. The Contractor shall submit Alternate Payment Protection for task orders awarded from $35,000.00 - $150,000.00 in accordance with FAR 52.228-13, Alternate Payment Protection. For task orders under $35,000.00, no bonding is required. Bidders should account for this cost in their unit prices. PRE-BID INQUIRIES (PPIs) ALL PRE-PROPOSAL INQUIRIES MUST BE SUBMITTED IN WRITING AND RECEIVED BY THE CONTRACT SPECIALIST TEN (10) CALENDAR DAYS PRIOR TO THE BID OPENING DATE IN ORDER TO PERMIT ADEQUATE TIME TO REPLY TO THE INQUIRY. There is no guarantee that PPI's submitted after the cut-off date will be answered before the solicitation closes. Submit all questions to whitney.m.weireter.civ@us.navy.mil. Use of "Attachment D Pre-Proposal Inquiry Form" template is required. The PPI Form Template (Attachment D) is attached herein and can be found at www.SAM.gov. Please include the solicitation number and contract title in the subject line of the email when submitting PPIs. *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