Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2024 SAM #8261
SOLICITATION NOTICE

54 -- FCC COLEMAN, FL 22Z3AE7 Remediate Legionella / Repairs to Water Tank-2024

Notice Date
7/8/2024 10:22:46 AM
 
Notice Type
Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
FCC COLEMAN COLEMAN FL 33521 USA
 
ZIP Code
33521
 
Solicitation Number
15B30224Q00000016
 
Response Due
7/19/2024 8:00:00 AM
 
Archive Date
08/03/2024
 
Point of Contact
Joshua Rosa, Phone: 3526893141
 
E-Mail Address
jrosagarcia@bop.gov
(jrosagarcia@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Repairs to Elevated Water Tank, FCC Coleman , FL July 2024 It is the responsibility of Seller, to familiarize them self with all requirements, and ALL Attachments for this procurement, which included drawing, Selection Factors, Photos, and Statement of works, ETC Attending Site visit is highly encouraged and could be a selection factor. ALL PROPOSALS SHALL BE EMAILED TO JROSAGARCIA@BOP.GOV, BEFORE THE SET CLOSING DATE TO BE CONSIDERED. SITE VISITS WILL BE HELD ON THURSDAY JULY 11TH AT 9:00AM EDT. NAMES OF ALL PROSPECTIVE BIDDERS THAT WISH TO ATTEND THE SITE VISIT MUST EMAIL TLARGE@BOP.GOV BY 4:00PM EDT ON 7/10/2024 TO BE GRANTED ACCESS TO THE PROPERTY.� THOSE NOT MEETING THIS REQUIREMENT WILL NOT BE ALLOWED ON THE PROPERTY.�ATTACH NCIC FORM FROM ATTACHMENTS . 22Z3AE7 Remediate Legionella / Repairs to Water Tank-2024 BPQ #: 15B30224PR000378 Selective factors�for this procurement are identified below, in order of importance. The bidder awarded this contract will provide the overall best value for the Government, which may not necessarily be the lowest quote. The Government is willing to pay a higher price to procure the services from a certified storage tank repair company, with a long history of this type of elevated water tank repairs. The factors on which the bids will be evaluated are: ��Bidder�s Performance History:�Preference will be given to bidders who can provide a minimum of ten (10) past projects performing similar work on elevated water storage tanks which are 100� tall or higher. Bidders should provide contact information for personnel for successful pat projects being submitted. � Company / Worker Certifications:�Preference will be given to the bidders who are certified by American Water Works Association (AWWA) or similar associations which oversee and set standards for elevated water tank installations and repairs. Certifications should be submitted with bids. � Primary Contractor: Preference will be given to bidders who can perform the work themselves, without sub-contracting out the work to another company, even if the bidder does not have the lowest quote. � Country of Origin:�Bidders providing materials not Made in the United States of America will be automatically excluded, regardless of their quote. � SAM.Gov registration:�Preference will be given to bidders who are already actively registered and in good standing in the System for Awards Management (SAM.gov), even if bidder does not have the lowest quote. � Price:�Quote for all materials identified in the Statement of Work, including delivery costs. A. SUMMARY OF WORK AND PLACE OF PERFORMANCE The Federal Bureau of Prisons (FBOP), Federal Correctional Complex (FCC) Coleman, located at 846 NE 54th Terrace, Coleman, FL 32511, is soliciting a contract for a qualified company to make repairs to a 500,000 gallon elevated water storage tank. Company will provide all labor, materials, equipment, etc. to complete the statement of work (SOW) described below. B. SCHEDULE The period of performance for this contract is forty-five (45) calendar days from the Award of Contract. The Contractor shall establish a normal workweek schedule for the duration of the project. Work hours shall be between the hours of 6:30 a.m. and 3:30 p.m., Mondays through Fridays, except Federal holidays. The Contractor will be required to provide a written request for extension of hours or change in workdays or work hours to the Contracting Officer Representative (COR), for consideration. Work hours and workdays altered only with a forty-eight (48) hour advance approval of the Contracting Officer Representative in writing. C. GOVERNMENT (OWNER) RESPONSIBILITIES FCC Coleman will provide one staff member to escort Contractor�s personnel during work hours. D. EQUIPMENT & SUPPLIES The Contractor shall provide all labor, materials, tools, equipment, apparatus, conveyance, chemicals, and incidental expenses to complete work identified within this SOW. The Contractor will be responsible for delivery of the materials, components, and accessories, delivery of all materials to the designated delivery area, acceptance of the deliveries delivered by other companies, and for placing them where directed by the COR. The Contractor is responsible for securing materials from theft, weather, and tampering by inmates. The company should secure materials in such a way as to not interfere with the security of or normal operations of the institutions on the complex. E. METHOD OF PERFORMANCE The Contractor and any subcontractors for this requirement should be professional in nature consistent with FBOP Code of Conduct for FBOP staff. The work being performed will be monitored by a representative of the Facilities Department and/or the COR. All work and activities must comply with all applicable local, state and national codes and laws. The Contractor will observe all safety regulations (i.e. OSHA) and all Government security regulations. Minor material and work not specified, but necessary for the completion of this SOW described, shall be provided by the Contractor. The FBOP reserves the right to suspend, limit, or revoke the Contractor�s privileges on FBOP property due to violations of FBOP security procedures. F. DESCRIPTION OF DUTIES The Contractor awarded this contract shall perform the following work to the 500,000-gallon elevated water storage tank in the FCC Coleman property. 1) Electrically ground the water tank to comply with current National Electric Code, NFPA 70 & 70E, and all other applicable codes and regulations. 2) Adjust the windage rods to comply with manufacturer�s requirements. 3) Install a flapper valve and new screen on the overflow pipe elbow. 4) Install a compliant handrail system and swing gate at the exterior tower access standoff platform. Handrail system shall be 42� tall above the standoff platform. 5) Reinforce all strut ends by welding all struts on both ends. 6) Drill additional weep holes, twelve (12) minimum, in the balcony floor. Locate new holes in locations where water ponding is evident and distribute them equally around the balcony floor. Holes shall be one-half inch (��) in diameter. 7) Replace the existing roof vent with a vacuum-pressure, frost proof vent and screen. 8) Perform a dry interior cleanout of the interior of the water tank bowl and remove up to 3� of sediment. The Contractor shall verify and coordinate the exact locations, quantities, etc. with the COR. It is the Contractor�s responsibility to ensure correct measurements, calculations, quantities, etc. to accomplish this SOW. The Contractor shall visit the site and review existing conditions prior to commencing any work. If after the site visit, the Contractor observes any conflicts, discrepancies, and/or omitted information needed to complete the SOW, the Contractor shall notify the Government immediately. The Government reserves the right to place and install equipment as necessary in areas of the project site, provided that such occupancy does not substantially interfere with the Contractor�s work. Such placing or installation of equipment shall not constitute full or partial acceptance of the Contractor�s work. The work being performed are subject to inspection by the U.S. Department of Justice, FBOP, and other regulatory agencies, etc. as required by the Contracting Officer. The Contractor shall be responsible for proper tool control, equipment control, and solid waste control of their work area. The Contractor is responsible for removal of excess materials, trash, and debris from the property without the use of FBOP owned sold waste containers. The Contractor shall report to work at the designated time and location and follow all rules related to contract staff and security of the institution. Contractor�s personnel should dress in clothing proper and suitable for the area in which they will be working. Contractor�s personnel should not wear khaki, orange, or dark green colored clothing, as those are the colors of the inmate�s clothing. Camouflaged clothing, shorts, and grey sweats are also prohibited. G. INMATE MANAGEMENT The Contractor�s personnel shall be constantly aware of security and always maintain a professional relationship with any inmates, should they encounter the inmate population. Any violations of the institution rules and regulations are to be brought immediately to the attention of an appointed Government employee for prompt and proper action. The Contractor�s personnel will not have unsupervised contact with inmates. The Contractor�s personnel will not supervise inmates and will not be responsible for the administrative management of inmates. The Contractor�s personnel will be escorted by FBOP staff members while on the work site. H. INSTITUTION Company personnel agree to adhere to all regulations and guidelines prescribed by the FBOP, to include the Federal Correctional Complex (FCC), Coleman local guidelines. The Contractor will be given a brief orientation of the policies and procedures of the FBOP and FCC Coleman prior to the commencement of work. The Contractor will sign in and out of the institution when on site for accountability purposes. I. SCHEDULE AND PERIOD OF CONTRACT Within ten (10) calendar days of the Award of Contract, the company shall submit security clearance paperwork for all employees scheduled to be on the FCC Coleman property. The Contractor shall have forty-five (45) calendar days following the Award of Contract date to complete the SOW and be completely removed from FCC Coleman�s property. Failure to meet the period of performance may result in liquidated damages being charged to the Contractor. J. PROJECT COMPLETION Prior to demobilization from the site, the work will be reviewed by the COR. All defects noted and non-compliances with the SOW and any test results failing required and acceptable parameters, will be itemized in a punch list. Punch list items must be corrected by the Contractor in a timely manner, to the satisfaction of the COR, before processing the final payment. The Contractor is not permitted to invoice in increments throughout the period of performance due to the small performance period of forty-five (45) days. Please reveiw all attachments!!!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/104e00151b3b4c368acca0d520c884fe/view)
 
Place of Performance
Address: Coleman, FL 33521, USA
Zip Code: 33521
Country: USA
 
Record
SN07120086-F 20240710/240708230115 (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.