Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2007 FBO #2194
MODIFICATION

J -- Replace Water Treatment Filters - Federal Correctional Institution, Fairton, New Jersey

Notice Date
11/27/2007
 
Notice Type
Modification
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361, UNITED STATES
 
ZIP Code
08361
 
Solicitation Number
RFQ-20403-0002-08
 
Response Due
12/17/2007
 
Archive Date
5/27/2008
 
Point of Contact
Keith Neill, Contract Specialist, Phone 856-453-1177, Fax 856-453-4194
 
E-Mail Address
kneill@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ-20403-0002-08. The North American Industrial Classification System Code (NAICS) is 221310 (Water Treatment and Distribution). The small business size standard is $6.5 million. This acquisition is a 100% Small Business Set Aside. The Government intends to make a single award to the responsive/responsible quoter who submits the lowest-priced technically acceptable offer. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. GENERAL INFORMATION / SITE VISIT: Due to security concerns, there will be only ONE (1) site visit for this project. The site visit is scheduled for Thursday, December 6, 2007 at 12:00PM (eastern). Vendor?s are advised to meet in the front lobby of FCI Fairton by 11:45AM on that date with photo identification. Interested vendor?s MUST contact Mike Bond, Facilities Manager, at 856-453-4065 to express their interest to attend the site visit. Vendor?s will be required to submit an NCIC (National Crime Information Center) form, by 12:00PM on Wednesday, December 5, 2007. Forms should be faxed to 856-453-4485 attention Mike Bond. Winning vendor must be registered in the Central Contractor Registry. Please see www.ccr.gov for further information. Payment will be made by electronic transfer. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (FBOP), Federal Correctional Institution (FCI), Contracting Office, located at 655 Fairton-Millville Road, Fairton, New Jersey, 08320 is requesting quotations for replacing well pump controls located in the Federal Correctional Institution, Fairton, New Jersey. All work will be performed at the FCI located at 655 Fairton-Millville Road, Fairton, New Jersey 08320. STATEMENT OF WORK AND SPECIFICATIONS: INTRODUCTION Federal Correctional Institution Fairton New Jersey is accepting bids for work to be performed on its domestic water systemThe contractor will be responsible for furnishing all equipment, materials, technical expertise, labor, transportation, tools and any other supplies required to meet requirements of this Statement of Work. If there is any damage to the property due to negligence, the Contractor will take sole responsibility for all repairs. Anyspillage or leakage clean up costs will be the responsibility of the Contractor. The Federal Correctional Institution reserves the right to request proof of proper disposal of any and all hazardous waste generated during this work. PROJECT LOCATION All work will be performed at the Federal Correctional Institution, Fairton, located at 655 Fairton-Millville Road, Fairton, New Jersey 08320. SUMMARY Buildings and Facilities project 2JZ was established to perform repairs on the calcite water treatment filters located in the water treatment plant at FCI Fairton. The system consists of two large calcite filtration vessels, 72" O.D. x 96" H. They are connected in parallel to the water supply source. Each vessel is furnished with a 4" flanged in a fluent inlet and a 4" flanged effluent outlet. Inside each vessel, connected to both the in fluent inlet and an effluent outlet is a network made of PVC piping. On the in fluent side, the network construction consists of a main PVC header, with approximately fourteen smaller laterals, each made of perforated PVC piping, spaced evenly to disperse the water throughout the media bed. On the effluent side, there is also a main header with similar laterals, to accept the filtered water. Each vessel has two service personnel entry ports - one on the top, and one on the lower part. QUALITY ASSURANCE The work will be performed by a contractor who regularly engages in the business of maintenance and repair of water treatment apparatuses as required in this statement of work. SCOPE During the repairs, all work must be coordinated correctly. Due to the necessity to maintain a supply of water at all times to the institution, the work must be done in a manner where one of the vessels remains in operation while the other is being worked on. Removal of any remaining media if required. Removal of the above-described vessel internal piping networks, both for the in fluent and effluent outlets. Replacement of these piping networks with material of equal or a better grade. The effluent piping network is to include filtration mesh or screen to prevent the escape of filtration media in the outgoing water. Once the vessel is cleaned, it must be sanitized before it is placed back into service. Installation of a sand bed at the bottom of each vessel, to properly support the in fluent piping network. Replenishment of both vessels with a contractor supplied filtration media. Upon the installation of the new media, a complete backwash cycle and final water test must be accomplished to prepare the vessels before placing them back into service TERMS All personnel will be required to pass background checks before entering the institution. Normal work hours will be 7:30 to 4:00 p.m. All work will be accomplished during normal hours, unless prior arrangements are made in writing between the institution and the contractor. No work will be performed on Saturday and Sunday and all Federal Holiday?s unless agreed upon in writing. MSDS sheets will be required for chemicals that are used on the site. The contractor is responsible for all debris and trash. The contractor may have a dumpster on the site if necessary. Rest rooms will be available for use. Electrical power if needed is available from existing buildings. A staging area for material and supplies will be designated by Facilities. The performance period for this contract is sixty (60) calendar days. SUBMITTALS Submittals will be made in accordance with these specifications and prior to the ordering of any materials. Submit two copies to FCI Fairton. FCI Fairton will then forward these to the Northeast Regional Office for approval. COMPLETION Upon completion of the work, remove excess debris, materials, equipment, apparatus, tools and the like and leave premises clean, neat and orderly. EVALUATION FACTORS: The Government intends to make a single award, to the lowest technically acceptable offeror meeting the required specifications. CLAUSES AND PROVISIONS This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular 2005-20, and may be viewed or downloaded by accessing the website at: http://www.arnet.gov. Wage rates NJ070002 (dated 11/02/2007) for the Davis Bacon Act may be found at http://www.wdol.gov/dba.aspx#8 (NJ/Cumberland County/ Heavy/NJ2) 52.252-2, Clauses Incorporated by Reference 52.212-1, Instructions to Offers - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-6, Davis Bacon Act 52.222-8, Payroll and Basic Records 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans. 52.228-13, Alternative Payment Protection. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.236-3, Site Investigation and Conditions Affecting Work 52.236-27, Site Visit Construction 52.252-1, Solicitation Provisions Incorporated by Reference. 52.237-1 Payment by Electronic Funds Transfer-Central Contractor Registration 52.237-2, Site Visit JAR 2852.201-70, Protection of Government Buildings, Equipment, and Vegetation JAR 2852.223-70, Contracting Officers Technical Representative (COTR) Unsafe Conditions Due to the Presence of Hazardous Material Department Of Justice (DOJ) Contractor Residency Requirement - BOP Clause (June 2004) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer: 1) The Request for Quotation Number - (RFQ-20403-0002-08) 2) Schedule of Items 3) Price Quote to include any prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Questions regarding this combined Synopsis/Solicitation must be emailed to KNeill@bop.gov. Quotations are due no later than 2:00pm on Monday, December 17, 2007. Quotes must be faxed to (856) 453-4194, Attention: Keith Neill, Contract Specialist. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2007); 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.fbo.gov/spg/DOJ/BPR/20403/RFQ-20403-0002-08/listing.html)
 
Place of Performance
Address: Federal Correctional Institution 655 Fairton-Millville Road Fairton, New Jersey 08320
Zip Code: 08320
Country: UNITED STATES
 
Record
SN01459075-F 20071129/071127224841 (fbodaily.com)
 
Source
FedBizOpps 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.