Fire Suppression System Upgrade at FCC Lompoc
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Apr 03, 2023 03:42 pm CDT
- Original Date Offers Due: May 10, 2023 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 25, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2FF - REPAIR OR ALTERATION OF PENAL FACILITIES
- NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
- Place of Performance: , CA 93436USA
Description
The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA023B00000003 for the award of a firm-fixed-price construction contract for a project entitled Fire Suppression System Upgrade at the Federal Correctional Complex (FCC Lompoc), located in Lompoc, California.
FCC Lompoc is a federal correctional facility located at 3901 Klein Blvd., Lompoc, California 93436. The site consists of variety of buildings, including administration building, special housing unit (shu), housing unit, food service building, facilities maintenance buildings, trade shops, warehouse building, UNICOR, common use building such as chapel, auditorium gymnasium, library, commissary and chow, and others. The scope of this project includes buildings at the site as well as exterior site work both above and underground. The work included in this contract includes but is not limited to:
a. Demolish existing fire water service to buildings indicated on drawings. Design and provide new fire water service to buildings; including backflow double-check backflow preventers, fired department connection (FDC), Post Indicating Valve (PIV), and any other requirement per this specification, drawings, and what is required by code.
b. Demolish existing wet-pipe sprinkler system for housing units indicated on drawings. Design and provide new wet-pipe sprinkler systems in buildings per NFPA 13, including risers, piping, valves, sprinkler heads, hangers, seismic supports, etc.
c. Provide new addressable fire flow switches at new sprinkler systems.
d. Replace sprinkler heads in buildings indicated on drawings.
e. Provide automatic air release valves in all buildings at highest points in sprinkler systems.
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 365 Calendar Days from issuance of the notice to proceed.
The NAICS code for this requirement is 238220 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 $5,000,000 and $10,000,000.. (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, April 19, 2023 at 9:00 A.M. local time
(c) Participants will meet at 3901 Klein Blvd., Lompoc, California 93436
Electronic Bid Submission (See Instructions to Bidders):
Upload Bid Electronically to JEFS App Box: https://jefs.app.box.com/f/09c2c539b3134ab091edea6d1210ffb6
Electronic Bid Opening: :
Held on Microsoft Teams see Instruction to Bidders Section V. Electronic Bid Submission & Bid Opening
Attachments/Links
Contact Information
Contracting Office Address
- USAF RES CMPLX 346 MARINE FORCES DR
- GRAND PRAIRIE , TX 75051
- USA
Primary Point of Contact
- Martin Guidry
- mguidry@bop.gov
- Phone Number 202-598-6067
Secondary Point of Contact
History
- Jun 08, 2023 10:59 pm CDTSolicitation (Updated)
- May 25, 2023 10:56 pm CDTSolicitation (Updated)
- May 25, 2023 10:56 pm CDTPresolicitation (Original)
- Apr 28, 2023 08:57 pm CDTSolicitation (Updated)
- Apr 03, 2023 03:42 pm CDTSolicitation (Original)