Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

Y -- Non-Lethal/Lethal Electrified Fence System

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPX000531
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Point of Contact
Tracey Boyd-Vega, Contract Specialist, Phone (202) 616-9727, Fax (202) 616-6055, - Richard Formella, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055,
 
E-Mail Address
tbvega@bop.gov, rformella@bop.gov
 
Description
This is a Pre-solicitation Notice. The Federal Bureau of Prisons (FBOP) anticipates the award of a single Firm-Fixed Price, Design-Build contract. The intent of this notice is to seek a Designer/Manufacturer/Installer/Servicer (Offeror) capable of meeting the requirements set forth below. It is expected that the offeror will obtain the services of registered licensed architect/engineer for each state. This requirement is being set-aside for small business competition only. Currently, the FBOP intends to award a single contract for the installation of Non-Lethal/Lethal electrified fence system at seven correctional facilities. These facilities include, United States Penitentiary (USP) McCreary, Kentucky; USP Coleman I, Florida; USP Coleman II, Florida; USP Terre Haute II, Indiana, USP Pollock, Louisiana; USP Tucson, Arizona and USP Hazelton, West Virginia. All seven project sites are existing high security United States Penitentiaries. During construction, the Offeror will be required to coordinate and cooperate with institution staff to maintain the security of the institution perimeter. The anticipated performance period of this contract is 365 calender days after the initial notice to proceed is issued. The performance period of each installation will be 240 calendar days, with coordinated staggered notices to proceed. The estimated magnitude of this project is more than $10,000,000. The Federal Bureau of Prisons will not indemnify any Offeror against liability arising from their participation with this project. The Offeror of the Non-Lethal/Lethal electrified fence system (Fence System) must be capable of supporting the following: 1. The Fence System shall consist of a single high voltage energized 12' barrier installed between two existing 12' chain linked fences which surround the existing institution’s perimeter. The existing institution’s perimeter is approximately 1620 meters (5315') in length. Insulators and wires shall be in a manner to promote an alarm event when tampered with. (e.g. basket weave) 2. The Fence System shall originate at one side of the institution’s rear gate sallyport, transition overtop of an Administration Building and end at the opposite side of the rear gate sallyport. The Fence System shall be continuous with no breaks in the fencing structure except at the rear gate sallyport. 3. The Fence System shall be installed as a stand-alone system and be capable of detecting intrusion attempts by zone number. Zone lengths shall not exceed 300'. 4. The high voltage fence structure shall be installed on top of a 12" high grade beam wall flanked by two 48" sidewalks. 5. The Non-Lethal/Lethal high voltage energizer/interlock system shall be mounted in an existing building located in the rear gate vehicular sallyport. 6. The Non-Lethal/Lethal touch screen head-end equipment shall be located in the institution’s Control Center. The equipment shall be mounted adjacent to the existing control console. The FBOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. Interested offerors may request and obtain a Phase One solicitation of the two phase process, distributed solely through the General Services Administration’s Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitations will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Phase One solicitations will be issued on/about May 24, 2005. The Phase One proposal due date will be identified in the Phase One Solicitation. The Phase One solicitation will provide the scope of work, and the following evaluation factors, which are all in descending order of importance: 1) Past Performance; 2) Technical Qualifications; and 3)Technical Approach. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. Participation by small, small-disadvantaged, HUBZONE small businesses, woman-owned small businesses, veteran-owned businesses, and service disabled veteran-owned small business is encouraged. Faith-Based and Community-Based Organizations have the right to submit offers/bids with other organizations for contracts for which they are eligible. Phase Two participants will submit competitive past performance, technical, and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors, in descending order of importance are: 1) Past Performance; 2) Preliminary Design, Proposed Technical Solutions, and System Demonstration; 3) Specialized Experience and Proposed Organization; 4) Management and Scheduling Approach including Construction Quality Control and Quality Assurance and Post Construction Maintenance and Service; are significantly more important than Price. However, as proposals become more equal, price becomes more important and may be a determining factor for award. The point of contact for inquiries and clarifications is Tracey Boyd-Vega, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/CC/RFPX000531/listing.html)
 
Place of Performance
Address: Federal Bureau of Prisons Construction Contracting Section 320 First Street, NW, 500-6 Washington, D.C. 20534
Zip Code: 20534
Country: USA
 
Record
SN00802062-F 20050507/050505213923 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.