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 -- Building Demolition at Taft CI

Notice Date
11/17/2023 1:24:02 PM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA024B00000002
 
Response Due
11/29/2023 12:00:00 PM
 
Archive Date
12/14/2023
 
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 15BFA024B00000002 for the award of a firm-fixed-price construction contract for a project entitled BUILDING DEMOLITION at the Federal Correctional Institution, located in Taft, California.� TAFT CI is a federal correctional facility located at 1500 Cadet Rd, Taft, CA 93268.� The Work of Project is defined by the Contract Documents and consists of the following: A. Building Demolition. 1. The following buildings shall be demolished: a. Building FG � Visiting/Associate Warden b. Building HI � Correctional Services/Staff Center Offices c. Building J � Receiving and Discharge d. Building K � Health Services e. Building L � Special Housing f. Building MN � Passive Recreation/Active Recreation g. Building O � Vocational Training h. Building P � UNICOR Facility i. Building QR � Educational/Multi-Use Areas j. Building S � Food Services k. Building T � Personal Services l. Building U � Safety & Sanitation m. Building V � Maintenance Shops 2. Remove hazardous materials identified in the hazmat survey report. 3. Safe-off and shutdown mechanical, electrical, and plumbing utilities. Drain existing systems, cut, and cap at the buildings� exterior. Coordinate with the work for other buildings. 4. Protect in place existing site items including storm water catch basins. 5. Remove non-structural components, including architectural, mechanical, plumbing, kitchen, laundry, fire protection, and electrical equipment. 6. Provide shoring required. 7. Demolish buildings down to concrete slab/foundation. B. Demolish fuel/oil tanks. Regrade site at demolished tanks. C. The following buildings and facilities shall be protected in place: 1. Building A1 � General Housing 2. Building A2 � General Housing 3. Building A3 � General Housing 4. Building BCD � Administration/Amory/Locksmith/Control Center 5. Training Facility Building 6. Building A4 � Camp Housing 7. Building CC.1/.2/.3/.4 � Camp Administration/Control Center/ Inmate Systems/Visitation/Health Services/Food Services/Passive Recreation 8. Building CP/GL � Central Plant/Garage/Landscape Facility 9. Building OW � Outside Warehouse 10. Building CU � UNICOR Facility 11. Building HS � Hazardous Storage 12. Perimeter Security Fence and Vehicle Sallyport 13. Building RS � Rear Sallyport D. Domestic and fire water are to remain in service for Building CP/GL � Central Plant/Garage/Landscape Facility. 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 238 Calendar Days from issuance of the notice to proceed. The NAICS code for this requirement is 238910 with a corresponding small business size standard of $19 million. Pursuant to Justice Acquisition Regulation (JAR) 2836.204, the estimated magnitude of the project lies between $10,000,001 and $25,000,000. (NOTE: This range is one of 5 available ranges from JAR 2836.204 �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 Tuesday, November 7, 2023 at 9:00 A.M. local time (c) Participants will meet at 1500 Cadet Rd, Taft, CA 93268 Electronic Bid Submission (See Instructions to Bidders): Upload Bid Electronically to JEFS App Box:� https://jefs.app.box.com/f/66eca12e12d946388a09b147265cee09 Electronic Bid Opening: Held on Microsoft Teams see Instruction to Bidders Section V. ELECTRONIC BID SUBMISSION & BID OPENING Amendment 1:� Site Visit Meeting Minutes, Questions and Answers, Photos, add DOJ-05 Clause, Drawing Addendum #1, Specification Addendum #1, and Updated Construction Wage Rate.� Due to sam.gov upload size limit restrictions�Record Drawings(as-builts) will be uploaded via link document.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1982b0713bd4ab7a02b8c61603934bf/view)
 
Place of Performance
Address: Taft, CA 93268, USA
Zip Code: 93268
Country: USA
 
Record
SN06888905-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.