Similar Projects
Port Angeles Marine Trades Center Building
New Construction, Renovation
Conception
$1,000,000 to $5,000,000 est. value
Port Angeles, WA 98363

Northwestern Division Regional $115M Section 8(A) SB Set-Aside IDIQ MATOC
New Construction
Design

Northwestern Division Regional $115M Section 8(A) SB Set-Aside IDIQ MATOC
New Construction
Design

Enclose Awning B1187, NSPS, Bremerton
Renovation
Bidding
$500,000 to $1,000,000 est. value
Silverdale, WA

Repair Building 09176 Permanent Party (Unaccompanied Housing) UH
Renovation
Bidding
$25,000,000 to $100,000,000 est. value
Tacoma, WA 98433

Repair Building 09175, Permanent Party UH
New Construction
Post-Bid
WA

Washington National Guard - Multiple Award Task Order Contract (MATOC)
New Construction, Renovation, Term Contract
Post-Bid
Fairchild Air Force Base, WA

Building 09705 Maintenance Shop Repairs
Renovation
Results
$60,000 to $66,600 est. value
Camp Murray, WA

Single Phase Design Build Contract BEQ13 - Building 2701
New Construction, Renovation
Design
$25,000,000 to $100,000,000 est. value
Oak Harbor, WA 98278

USACE B9176 Building Renovations
Renovation
Bidding
$25,000,000 to $100,000,000 est. value
Tacoma, WA 98433

ASOG Complex
New Construction, Infrastructure - 71,600 SF
Post-Bid
$10,000,000 to $25,000,000 est. value
Camp Murray, WA

Eastern Service Center (ESC) Multiple Award Task Order Contract (MATOC) Replacement
New Construction, Term Contract
Design
$250,000 est. value
Yakima, WA

Benton County Shooting Range Expansion
New Construction
Bidding
$670,000 est. value
Benton City, WA 99320

NUWC Building 82 - Storefront
Renovation
Post-Bid
$500,000 to $1,000,000 est. value
Keyport, WA 98345

Three Story Barracks UEPH JBLM
New Construction
Post-Bid
$25,000,000 to $100,000,000 est. value
WA

Last Updated 06/24/2022 07:03 AM
Project Title

RFQ Contractor - NRM Roof Project

Physical Address View project details and contacts
City, State (County) Clarkston, WA   (Asotin County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids.
Project Status Feasibility Study, Conceptual Design, Construction Start Expected April 2023, Construction Completion Expected August 2023
Bids Due View project details and contacts
Estimated Value $500,000
Plans Available from
Owner View project details and contacts
Architect View project details and contacts
Description

The US Army Corps of Engineers (USACE), Walla Walla District is seeking sources for a construction project entitled: NRM Roof Project. The proposed work is located at the Clarkston Natural Resources Management (NRM) Office Building in Clarkston, Washington. The work will be for a new metal roof overbuild system installed over all three existing metal roof systems that have reached the end of their life cycles. The resulting contract will be a firm fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 238160 Roofing Contractors. The associated small business size standard is $16.5 Million. The magnitude of construction for this project is $250,000 to $500,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. THIS IS NOT A SOLICITATION. NO SOLICITATION DOCUMENTATION WILL BE PROVIDED AS A RESULT OF THIS ANNOUNCEMENT. Only those firms that respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A list of no more than five current projects at least 75% physically complete or past projects completed within the last 10 years demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a summary detailing any special qualifications or certifications applicable to the scope of this project, held by your firm and/or in-house personnel. A reference list for each of the projects submitted in 1. above. Include the name, title, phone number and email address for each reference. Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. Cage Code and DUNS number. This Sources Sought is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via SAM.gov for any resultant or future solicitation package(s) that may be issued. Submit the above requested information to Chandra Crow, Contract Specialist, via email to Chandra.d.crow@usace.army.mil and leanne.r.walling@usace.army.mil. Your response to this notice must be received on or before 4:00 pm Pacific Time on Monday, June 13, 2022. Summary of Scope of Work: The proposed work is located at the Clarkston Natural Resources Management (NRM) Office Building in Clarkston, Washington. The work will be for a new metal roof overbuild system installed over all three existing metal roof systems that have reached the end of their life cycles. The NRM building was built in two phases. The original phase included the shop and southern offices. The second phase included additional office space located to the east of the original building. At least two of the NRM office building's metal roof systems are leaking, primarily at roof penetration and flashing locations, and the result is water entering the building. The construction project is to design and construct a new single retrofit roof overbuild system with no discontinuities to include built in tie-off points for maintenance and inspection related activities. This new roof overbuild would be constructed of lightweight steel trusses and metal roof panels, which will be installed over all three existing roof systems to create a new uniform roof. This option will eliminate the roof discontinuities that create opportunities for leaks and will therefore best protect the building asset for many years to come. Anticipated Award date is December 2022 Physical construction work starting in April 2023 Physical Completion anticipated August 2023 All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings. No CDs or hard copies will be made available by the Government. Downloads are available only through the SAM.gov website. Bidders are responsible for checking the SAM.gov website frequently for any update(s) to the notice. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document posted on the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation. Access for Foreign Nationals. It takes 4-5 weeks to obtain clearance for foreign nationals to enter the project site. If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately. To request clearance for foreign nationals, submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph 9INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to chandra.d.crow@usace.army.mil and jani.c.long@usace.armymil. Foreign nationals must have received clearance prior to being granted access to the project site. The method of contractor selection has not been determined at this time. *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

Military Facility, Renovation.
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 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