SOLICITATION NOTICE
Y -- DESIGN-BUILD CONSTRUCTION OF 3 NON-LETHAL/LETHAL ELECTRIFIED FENCE SYSTEMS
- Notice Date
- 7/23/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
- ZIP Code
- 20534
- Solicitation Number
- RFPX00-0564
- Archive Date
- 8/4/2008
- Point of Contact
- John G. Hume,, Phone: 202-307-0954
- E-Mail Address
-
jhume@bop.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice. The intent of this notice is to seek a single Design/Builder (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 Federal Bureau of Prisons (BOP) intends to award a single contract for the construction of Non-Lethal/Lethal Electrified Fence Systems at three correctional facilities. These facilities include, United States Penitentiary (USP) Atwater, California; USP Victorville, California; and USP Canaan, Pennsylvania. All three project sites are existing high security United States Penitentiaries. During construction, the awardee will be required to coordinate and cooperate with institution staff to maintain the security of the institution perimeter. This will include meeting Homeland Security Presidential Directive (HSPD) 12 requirements for entry and work at a federal facility. Contractors will be required to complete necessary documents for, and pass, finger print/security screening and background investigations prior to entering the respective facility. 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 330 calendar days, with a coordinated, staggered, Notices to Proceed issued within or about 30 calendar days apart. The overall contract period is not anticipated to exceed 400 Calendar Days. The estimated magnitude of this project is between $5,000,000 and $10,000,000. The BOP 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 arrayed in a manner to promote an alarm event when tampered with, and deliver, first, a non-lethal voltage, and with subsequent tampering, lethal. 2. The Fence System shall originate at one side of the institution's rear gate sallyport, transition overtop of an Administrative Building and end at the opposite side of a rear gate sallyport. The Fence System shall be continuous with no breaks in the fencing structure except at the rear gate sallyport, where video motion detection equipment will be required. 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 located adjacent to the existing control console. The BOP 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. The Phase One solicitation will be issued on/about August 7, 2008. 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/quotations 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 Technical Approach; 3) Specialized Experience and Proposed Organization; and 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 only point of contact for inquiries and clarifications is John G. Hume, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. The point of contact can be reached at (202) 307-0954 and receive facsimile inquiries at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ac84c07cb892b1c6730f9c9d2ee50b69&tab=core&_cview=1)
- Place of Performance
- Address: Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, NW, 500-6, Washington, District of Columbia, 20534, United States
- Zip Code: 20534
- Zip Code: 20534
- Record
- SN01621668-W 20080725/080723224712-ac84c07cb892b1c6730f9c9d2ee50b69 (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 |