Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOLICITATION NOTICE

Z -- Replace Roof at FDC SeaTac

Notice Date
11/17/2023 5:50:29 PM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA024B00000001
 
Response Due
12/13/2023 11:00:00 AM
 
Archive Date
12/28/2023
 
Point of Contact
Martin Guidry, Phone: 2025986067
 
E-Mail Address
mguidry@bop.gov
(mguidry@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA024B00000001 for the award of a firm-fixed-price construction contract for a project entitled REPLACE ROOF at the Federal Detention Center (FDC SEATAC), located in SeaTac, Washington. FDC SEATAC is a federal correctional facility located at 2425 S. 200th St. SeaTac, WA 98198.� The Work of Project is defined by the Contract Documents and consists of the following: 1. Remove existing flat roofing down to concrete deck and replace with new insulation and roofing as shown on the drawings and in the specifications. 2. There are 15 different flat roof areas at different elevations. The approximate total area to be re-roofed is 55,000 s.f. 3. The entire roof will be waterproofed at the end of each workday and prior to any rain events. 4. Provide tapered insulation where required to provide minimum � -inch per foot slope to roof drains. 5. Replace all screws in roof drain assemblies. 6. Provide new/adjust existing roof curbs as required for all existing roof mounted equipment. 7. Provide new metal flashing at roof perimeter, tie downs, davitt arm bases, equipment and at other locations to match existing. 8. Comply with all security and work restriction requirements of the FBOP. 9. Obtain any permits required. These may include permit to operate crane close to adjacent Airport, etc. �See the Statement of Work/Specifications attachment included with the solicitation posting for the complete requirements of the work. The performance period for the project will be 455 Calendar Days from issuance of the notice to proceed. The NAICS code for this requirement is 238160 with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000. (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 distributed solely through the Contract Opportunity website at https://www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. The ""Sensitive /Secure package Upload"" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from www.sam.gov will be granted access. If your firm does not have the NAICS code listed in www.sam.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted 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. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://www.sam.gov. In order to qualify for award, your business size metrics information entered in your www.sam.gov SAM registration must be less than or equal to the size standard specified above. Each bidder's www.sam.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their www.sam.gov registration and update as necessary, including the size metrics information. This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration). Pre-Bid Site Visit (See Instructions to Bidders): (b) An organized site visit has been scheduled for Wednesday, November 1, 2023 at 9:00 A.M. local time (c) Participants will meet at 2425 S. 200th St. SeaTac, WA 98198 Electronic Bid Submission (See Instructions to Bidders): Upload Bid Electronically to JEFS App Box:� https://jefs.app.box.com/f/f8cde3e3fe1e43368be68de2d9e069a6 Electronic Bid Opening: Held on Microsoft Teams see Instruction to Bidders Section V. ELECTRONIC BID SUBMISSION & BID OPENING Amendment 1: Pre Bid Site Visit Meeting Minutes, Photos, Add DOJ-05 Clause, and Extend Bid Opening Due Date to 12/13/2023 @ 1pm CST ""Questions and Answers to be posted at a later date""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c3a8306828b4fe6ab27f031f91d3fbd/view)
 
Place of Performance
Address: Seatac, WA 98198, USA
Zip Code: 98198
Country: USA
 
Record
SN06888893-F 20231119/231117230051 (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.