Skip to main content

An official website of the United States government

You have 2 new alerts

FCI Sandstone 24Z4AY2 Water Filtration Overflow Install

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: Aug 20, 2024 12:18 pm CDT
  • Original Date Offers Due: Sep 11, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Sandstone , MN 55072
    USA

Description

FCI Sandstone located at 2300 County Road 29 in Sandstone, MN 55072, is seeking quotations for the install water filtration overflow project. Please review all attachments for specifications and directions in submitting quotations. This requirement was previously posted to SAM.gov under Pre-Solicitation 15B41324Q00000013.

The Federal Bureau of Prisons (BOP) anticipates issuance of solicitation 15B41324Q00000013 for the award of a firm fixed-price construction contract entitled 24Z4AY2 Install Water Filtration Overflow at Federal Correctional Institution (FCI) located in Sandstone, Minnesota.

FCI Sandstone is located at 2300 County Road 29, Sandstone, MN 55072. The project consists of the installation of three (3), 12-inch diameter up-turned flared pipes to collect overflow from the gravity filters and detention basin in the event that the WTP is malfunctioning. The proposed new piping will convey the collected overflow water outside the building, discharging onto a concrete splash pad.

In addition to the installation of the overflow piping and discharge splash pad, work components include 1.) painting of new piping, 2.) protection of the filter media during construction, 3.) disinfection of filters and clearwell, and 4.) bacteriological testing.

Contractor will be responsible to follow all specifications and recommendation set forth by the A&E and attached letter of approval from MN Department of Health regarding NSF 61 requirements for acceptable coatings. Any changes and/or substitutions must be pre-approved.

The performance period for the project will be 180 calendar days from issuance of the notice to proceed.

Pursuant to Federal Acquisition Regulation 36.204, the estimated magnitude of the project lies between $25,000 and $100,000.  (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 North American Industrial Classification System (NAICS) code applicable to this requirement is 237110 with a corresponding small business size standard of $45 million.
The solicitation will be available approximately on or about August 20, 2024. The solicitation will be distributed solely through SAM.GOV formally (FBO) website at www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions.

Any secure/locked documents uploaded with the solicitation will require an active SAM vendor registration (log in) for access. If you encounter problems accessing these documents, please contact Customer Service at www.sam.gov. 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 the System for Award Management (SAM) at www.sam.gov. Interested firms must provide a Capability Statement with the following information: Company Name, Address, Point of Contact, Telephone and Fax Number, E-Mail Address, Business Size, and unique Entity Identifier (UEI). In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the size standard specified above.

Each quoters SAM 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 SAM registration and update as necessary, including the size metrics information.


This is a 100 percent Small Business Set-Aside.


Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All responsible sources may submit a quote which shall be considered by the agency.

Contact Information

Contracting Office Address

  • 2300 County Road 29
  • SANDSTONE , MN 55072
  • USA

Primary Point of Contact

Secondary Point of Contact





History