Upgrade PLC System FCI2/USP at FCC Victorville
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 (Updated)
- Updated Published Date: Aug 19, 2022 10:37 am CDT
- Original Published Date: Jul 12, 2022 07:49 pm CDT
- Updated Date Offers Due: Aug 31, 2022 02:00 pm CDT
- Original Date Offers Due: Aug 17, 2022 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 15, 2022
- Original Inactive Date: Sep 01, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2FF - REPAIR OR ALTERATION OF PENAL FACILITIES
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance: Victorville , CA 92394USA
Description
Amendment 00003 - 8/19/2022
--
The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA022B00000016 for the award of a firm-fixed-price construction contract for a project entitled Upgrade PLC System FCI2/USP at the Federal Correctional Complex (FCC Victorville), located in Victorville, California.
FCC Victorville is a federal correctional facility located at 13777 Air Expressway Blvd Victorville, CA 92394. The project consists of furnishing all equipment, materials and labor for the complete construction of the work. The work consists of all parts, materials and services to Upgrade PLC System. 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 291 Calendar Days from issuance of the notice to proceed.
The NAICS code for this requirement is 238210 with a corresponding small business size standard of $16.5 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).
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 9723524514
Secondary Point of Contact
History
- Sep 15, 2022 10:56 pm CDTSolicitation (Updated)
- Sep 01, 2022 10:55 pm CDTPresolicitation (Original)
- Aug 19, 2022 10:37 am CDTSolicitation (Updated)
- Aug 08, 2022 06:33 pm CDTSolicitation (Updated)
- Aug 05, 2022 10:33 am CDTSolicitation (Updated)
- Jul 12, 2022 07:49 pm CDTSolicitation (Original)