Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

63 -- Fire Sprinkler System Repair - Solicitation

Notice Date
5/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Justice, Bureau of Prisons, FPC Bryan, 1100 Ursuline Drive, PO Drawer 2197, Bryan, Texas, 77805
 
ZIP Code
77805
 
Solicitation Number
RFQP05041700007
 
Archive Date
6/30/2017
 
Point of Contact
Heather Buck, Phone: 9798231879, Clayton E Yorek, Phone: 9798231879
 
E-Mail Address
hbuck@bop.gov, cyorek@bop.gov
(hbuck@bop.gov, cyorek@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Davis Bacon Wage Determination Solicitation This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation is attached. Solicitation incorporates provisions and clauses. This requirement is set-aside 100% for Small buisinesses. North American Industry Classification System Code (NAICS) is 811219 - All qualified small businesses under this industry are encouraged to submit quotes. This is a combined synopsis/solicitation for a project with work consisting of furnishing labor, equipment, and materials to replace/repair the existing emergency fire sprinkler system to a Code compliant. This requirement is set-aside 100% for Small businesses. North American Industry Classification System Code (NAICS) is 811219 - All qualified small businesses under this industry are encouraged to submit quotes. Magnitude: The magnitude of this project is estimated between $20,000.00 and $40,000.00 U.S. Dollars. The selected contractor must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary. Packages should include the following information: 1. Business Name, address and business size under NACS 811219 2. If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.) 3. Demonstration of the firm's experience on similar projects within the past five years 4. Provide firm's single project bonding limit APPLICABLE LABOR LAWS: This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41 Wages under this contract are subject to the attached prevailing wages. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation, shall be sent by May 18, 2017 at 1200 Noon CST. A question and answer (Q&A) will be posted after all questions are in. SITE VISITS: Site visits must be requested by email to the Contract Specialist for a date and time to be given. All requests for a site visit must be sent by May 23, 2017 at 1200 (noon) CST by email to hbuck@bop.gov. OFFER DUE DATE AND TIME: Offers are due June 6, 2017 at 1200 (noon) CST. Offerors MUST provide offers via e-mail ONLY. No telephone requests will be accepted. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the address below. PART 1 - GENERAL 1.1 PROJECT LOCATION AND SUMMARY OF WORK A. The Federal Bureau of Prisons (FBOP), FPC Bryan, located at 1100 Ursuline, Bryan, Texas, is soliciting a contract to fully replace all fire sprinkler lines located underneath the Brazos 1 and Brazos 2 housing units in the crawl space. B. The Contractor shall provide all materials and equipment to accomplish replacing the fire sprinkler lines underneath the Brazos housing units. 1.2 GENERAL REQUIREMENTS A. The Contractor shall coordinate all work with the FBOP's Contracting Officer's Representative (COR), who will monitor the performance of contract work and serve as liaison between the Contracting Officer (CO) and the Contractor for all technical matters. The COR shall be the main contact for scheduling and site access. B. The Contractor shall be responsible for the safety of contract workers. All work shall be performed in accordance with applicable safety requirements. If unsafe practices are observed on site, the COR shall have the authority to suspend work until corrective action is taken by the Contractor. PART 2 - Description of Work A. The contractor will perform a site survey to determine the specific conditions that the project will face. B. The contractor shall replace all fire sprinkler lines and hangers from the fire riser room to the location each pipe penetrates the building foundation in accordance with NFPA 13. All lines located under the building in crawl space. C. The contractor will remove all existing pipe that is being replaced from under the building to be sent for recycling. D. Testing and Inspection after completion will be required and shall comply with NFPA 25. PART 3 - Specifications A. The contractor shall provide all piping, couplings, hangers and any other materials and tools required. B. The contractor will use all schedule 40 steel galvanized pipe. C. All couplings and fittings shall be victaulic type. D. All work shall comply with NFPA 13 and NFPA 25. E. Any and all personal protective equipment required will be utilized per manufacturer's instructions. F. The contractor will submit SDS sheets of any chemicals to be used prior to commencement of work and will be approved by the Safety Manager. G. All services associated with this project shall comply with Federal, State and Local Codes, A.B.A., Life Safety, NFPA, environmental regulations, seismic zone requirements and security regulations. PART 4 - Warranty A. The contractor shall provide a warranty, signed by an authorized representative of the company, agreeing to repair defective materials and workmanship for a period of one year from final acceptance at no additional cost to the government. The warranty period shall commence upon notification of final acceptance by the Contracting Officer. B. The Contractor shall provide the standard warranty documentation. AMENDMENTS: Amendments, if/when issued will be posted to the FedBizOps page: https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. The government anticipates awarding a Firm Fixed Price award. Award will be made to the lowest price technically acceptable quote which conforms to the requirements within this solicitation. SYSTEM for AWARD MANAGEMENT: All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. Interested offerors must be registered in the System of Award Management (SAM) Database. To register for SAM go to https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information minus the plans and specifications will be available on the FedBizOps website: https://www.fbo.gov/. All contractors and subcontractors interested in this project must register at this site. FedBizOpps registration requires the following information: 1) System for Award Management (SAM) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. MAIN POC: Ms. Heather Buck, Contract Specialist, hbuck@bop.gov Alternate POC: Clayton Yorek, Property and Procurement Specialist, cyorek@bop.gov PLACE OF PERFORMANCE: FPC Bryan, 1100 Ursuline Bryan, Texas 77803 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/50401/RFQP05041700007/listing.html)
 
Place of Performance
Address: 1100 Ursuline, Bryan, Texas, 77803, United States
Zip Code: 77803
 
Record
SN04508504-W 20170517/170515234716-520e118fda00560518cdcc7a21db3c7d (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.