Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2019 FBO #6517
SOLICITATION NOTICE

Z -- REPLACE E-UNIT INMATE HOUSING ROOF

Notice Date
9/27/2019
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Waseca, PO Box 1731, 1000 University Drive, Waseca, Minnesota, 56093
 
ZIP Code
56093
 
Solicitation Number
15B41520Q00000008
 
Point of Contact
Jeremy A. Essler, Phone: 5078374516, Stephanie Borchert, Phone: 5078339361
 
E-Mail Address
jessler@bop.gov, sborchert@bop.gov
(jessler@bop.gov, sborchert@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
REPLACE E-UNIT INMATE HOUSING ROOF AT FCI WASECA THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT QUOTATIONS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (BOP) anticipates issuance of solicitation 15B41520Q00000008 for the award of a firm fixed-price construction contract entitled Replace E-Unit Inmate Housing Roof at Federal Correctional Institution (FCI) Waseca. FCI Waseca is a federal correctional facility located at 1000 University Drive, SW, Waseca, Minnesota 56093. The following brief synopsis should not be considered all inclusive of work required to complete the project. Furnish all material and labor to install a new tapered EPDM roof system, over a concrete deck. Remove all existing roofing, flashing and edge materials. Adhere new polyiso tapered insulation and cover board. Install new EPDM membrane, pavers, nailers, blocking, flashing, edge material, curbs, wall and metal flashing. Install new fascia matching the existing bronze color. Repair damaged brick at wall terminations. The total area of the three roofs is approximately 10,000 square feet. Removal of all asbestos and asbestos containing materials in accordance with all applicable federal and state laws. See the Specification attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work. The performance period for the project will be 130 calendar days from issuance of the notice to proceed. The Notice to Proceed will be issued after award, however, due to the nature of the work required and other on-going projects, it is anticipated the contractor will not be able to mobilize on-site until May 2020. The Performance Period allows for the May mobilization. Pursuant to Federal Acquisition Regulation 36.204, the estimated magnitude of the project lies between $100,000 and $250,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The solicitation will be available approximately on or about October 15, 2019. The solicitation will be distributed solely through the General Services Administration's (GSA) Federal Business Opportunities (FBO) website at www.fbo.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. Any secure/locked documents (if applicable) uploaded with the solicitation will require an active FBO vendor registration for access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. The NAICS code for this requirement is 238160 with a corresponding small business size standard of $15 million. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each offeror's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All offerors are urged to double check their SAM registration and update as necessary, including the size metrics information. This is a 100% small business set-aside. You must be registered in SAM as a small business for the above NAICS code (reference FAR provision 52.219-1 in the Representations & Certifications section of your SAM registration). Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All responsible sources may submit a bid which shall be considered by the agency. If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your bid/proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/41502/15B41520Q00000008/listing.html)
 
Place of Performance
Address: 1000 University Drive, SW, Waseca, Minnesota, 56093, United States
Zip Code: 56093
 
Record
SN05462199-W 20190929/190927230822-0a22ce4f30a77f7f4ab8b5c0b25f3092 (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.