Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOURCES SOUGHT

Z -- Replace Warehouse - Hurricane at FCI Marianna, FL

Notice Date
7/21/2023 1:10:10 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B30823PR000202
 
Response Due
7/28/2023 2:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Julie Bergami, Phone: 2025986019
 
E-Mail Address
jbergami@bop.gov
(jbergami@bop.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A PRE-SOLICITATION SYNOPSIS OF THE PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY. PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED. Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Julie Bergami email: jbergami@bop.gov. Responses must be received no later than July 28, 2023. Interested vendors must also add their names to the Interested Vendors List for this posting in www.sam.gov Contract Opportunity (must be logged-in to your account). The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled �Replace Warehouse - Hurricane� at the Federal Correctional Institution (FCI) located in Marianna, Florida. FCI Marianna is a federal correctional institution located on 3625 FCI Road, Marianna, FL 32446. The project consists of furnishing all equipment, materials, and labor for the demolish of the existing warehouse and build a new pre-fabricated metal building. Demolish Existing Warehouse Contractor to demolish west pre-engineered metal warehouse 40�x120� (4,800 SF) completely down to but preserving the existing concrete slab for re-use. Fire suppression incoming service to be capped off so that it may be re-used in the new building. All other water, sanitary, and electrical lines to be capped off for re-use in the new building. All metal shall be recycled. Contractor to place metal debris in designated location selected during the Pre-Con meeting for recycling by the FBOP. Documentation of weight of construction debris sent to a landfill by Contractor shall be provided to the COR. Construct New Warehouse Contractor to build a pre-fabricated metal building adhering to specifications, as described in this Statement of Work (SOW). This institution is located in the Florida Building code wind speed area North of Interstate � 10. New building to be engineered to meet or exceed local wind codes. New west warehouse building shall be 60 feet wide and 120 feet long with a 16-foot eave height. Building will include roof, sides, insulation, three egress doors, three 12�x12� roll-up doors, gutters, and downspouts. (FBOP to select building finish colors from standard color pallet submitted by Contractor). Three egress doors shall be 36� wide x 80� tall. Metal door frame shall be 18 gauge and metal door shall be 20 gauge. Door to be prepped for builder�s locking hardware. Pedestrian doors should be located adjacent to the roll up doors. Three roll-up doors shall be 12�-0� wide X 12�-0� tall and electrically operated. Roll-up doors shall be evenly spaced in the east wall. Roll-up door gauge to comply with wind load rating for this location within Jackson County, FL. Contractor to supply and install one industrial exhaust fan(s) on the south gable end of the new warehouse. Contractor to supply and install one louver(s) on the north gable end of the new warehouse. Exhaust fan(s) shall comply with minimum ventilation rates as described in ASHRAE 62.1. Exhaust fan(s) and louver(s) to be sized base upon volume of pre-fabricated metal building. Exhaust fan(s) and louver(s) to be connected so that when fan(s) is turned on, the louver(s) open. Louver(s) and exhaust fan(s) should be mounted near the top of each gable end. Exhaust fan(s) shall be operated by switch mounted so that it can be operated from the ground floor. Contractor to provide and install warehouse style LED lighting throughout the interior of the new warehouse to meet or exceed 30 foot-candle. Contractor to provide and install exterior grade, wall pack LED lighting to match existing wall-mounted building exterior lighting. Wall packs to be installed evenly spaced every thirty (30) feet across front and sides of building. Contractor to supply and install electrical space heaters. Electrical space heaters to be sized per industry standards based upon volume of pre-fabricated metal building. Contractor shall re-use existing, heavy weight west warehouse concrete foundation. Any additional concrete work required to structurally tie-in new concrete foundation to existing foundation to accommodate the larger building footprint and new cast-in connection hardware will be engineered and installed by the contractor. Slabs will be finished in a manner that allows smooth transition where slabs connect. Building pad and vehicle approaches, concrete supports, and footings shall be engineered and installed to meet the building manufacturer�s recommendations. The concrete shall have a brush finish. All concrete will have no less than 3 inches of aggregate and vapor barrier. Contractor to install new fire suppression piping in the warehouse as described herein and incompliance with NFPA codes. New fire suppression piping to be compatible with the existing four (4) inch dry pipe system. FCI Marianna will re-use existing fire suppression standpipe, valves, compressor, etc. Contractor will be responsible for supply and installation of all piping, fittings, sprinkler heads, etc to install new sprinkler piping and sprinkler heads throughout warehouse. Contractor shall install no less than 200 amp service panel in new warehouse building. (FBOPwill install utility power from transformer to new panel). Access to the attachments will require an active https://sam.gov vendor registration (login). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of this project is between $500,000 and $1,000,000. (NOTE: This range is one of eight 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 North American Industrial Classification System (NAICS) code applicable to this requirement is 236220 (Commercial and Institutional Building Construction) with a corresponding small business size standard of $45,000,000. The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration).� Interested contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Julie Bergami email: jbergami@bop.gov and adding their business names to the Interested Vendors List for this posting in https://sam.gov (must be logged in to your vendor account). Please add your business name only if you are interested in submitting a bid as a Prime contractor and are capable and eligible to compete for and perform this project. This notice is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of the project. The FBOP does not award subcontracts.�� Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of contract with subcontractors. The pre-solicitation synopsis (to be posted at a later date) will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor https://sam.gov for all future updates.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec58d88024fa4c92b3260d4f926fa6c0/view)
 
Place of Performance
Address: Marianna, FL 32446, USA
Zip Code: 32446
Country: USA
 
Record
SN06759515-F 20230723/230721230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.