FCI El Reno Roof Replacement
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: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Apr 30, 2024 06:51 am CDT
- Original Published Date: Apr 29, 2024 09:39 am CDT
- Updated Date Offers Due: May 29, 2024 04:00 pm CDT
- Original Date Offers Due: May 29, 2024 04:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 13, 2024
- Original Inactive Date: Jun 13, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: El Reno , OK 73036USA
Description
I. SPECIFICATIONS:
A. INTRODUCTION
A.1 The Federal Bureau of Prisons (FBOP), Federal Correctional Institution in El Reno, Oklahoma intends to make a single
award to a responsible entity to provide all necessary equipment, labor, materials, installation, and incidentals to
replace the library roof located at the Federal Correctional Institution (FCI), 4205 Highway 66 West, El Reno, Oklahoma,
73036. It is the contractor’s responsibility to obtain permitting, should it be required. All items and materials described
but not limited to this SOW shall be provided by contractor to provide a complete working system in compliance with
ALL local, state, & federal code.
All work performed under this contract shall be executed in a professional and workmanlike manner. All work shall be
done by persons who are thoroughly experienced in their particular trade or craft.
The Contractor is strongly encouraged to attend the pre-bid site visit identified in the solicitation, in order to assess
existing conditions that may affect performance of contract work.
A.2 Current Conditions
The existing roof on the library building is needing removed and has been displaced by weather.
(Ref. ATTACHMENT A)
In some locations, the roofing system has completely failed. (Ref. ATTACHMENT A)
Drainage issues on the flat portions of the roofs are evident. Lack of positive drainage results in ponding water at low
points keeping, or delaying, rainwater from getting to drains. Ideally, there should be roof slope away from the wall
where it intersects the roof. While there are cants installed in these locations, additional improvements such as the
installation of crickets, would be beneficial. In most cases, roof areas are served by only one drain or scupper, which is
often not optimally located for efficient drainage of the roof, and quick removal of rain water.
B. SCOPE OF WORK
As detailed in below B.1 Reference Documentation.
B.1 Reference Documentation
1. ATTACHMENT A (Current Conditions)
2. ATTACHMENT B (Metal Soffit Panels Specifications 074213.13)
3. ATTACHMENT C (Fascia/Soffit Details)
4. ATTACHMENT D (SBS Roof System Specifications 075216)
5. ATTACHMENT E (Bitumen Roofing Installation Details)
6. ATTACHMENT F (Wood Nailers and Securement Criteria)
7. ATTACHMENT G (Walkway Ramp Requirements Highlighted 15062)
8. ATTACHMENT H (Walkway Ramp Reference Specifications)
Approved 4/8/24 SCRO
Page 2 of 7
C. INSTALLATION REQUIREMENTS
1. The contractor shall remove all existing roof material from the designated areas.
2. The contractor will remove existing shingle roofing at sloped roof areas, removal of asphalt membrane roofing at flat
roof areas, and removal of plywood deck and rigid insulation.
3. The contractor shall provide dumpsters and chutes or approved equal for demolition disposal.
4. The wood soffits/ceilings would remain.
5. The contractor shall verify all existing measurements and conditions prior to ordering materials.
6. The contractor shall ensure the roofing installations agree with building code wind zone guidelines.
7. The contractor shall perform roofing work in such a way to ensure the entire roof is weather-tight at the end of each
workday.
8. FCI El Reno will provide staff escorts for all work done inside the secure perimeter of the institution. The contractor
will give as much advance notice as possible, but no less than two working days, as to when they will be working, so that
scheduling arrangement can be made for by FCI Bastrop staff. Contractor will be provided two staff escorts daily which
will allow for continuous work on site.
9. Normal working hours are Monday through Friday, 7:30 am to 4:00 pm excluding Federal Holidays. In the event of
weather conditions that present security problems, work will be delayed until Correctional Services authority decides
the conditions have cleared. If similar weather conditions arise during the work day, work will be stopped and all
contractors and equipment will be escorted out until conditions have cleared. All work will be coordinated with the COR
(Contracting Officer Representative) and approved by the Captain prior to scheduling the work.
All seismic zone requirements, environmental compliance, Life Safety, NFPA, ADA-ABA, and Federal, State and Local
codes and regulations will be considered during all phases of this project.
It is the contractor’s responsibility to obtain permitting, should it be required. Copies of all permits must be submitted
to the COR upon receipt from local agency.
D. UTILITIES
The FBOP will provide water, use of restrooms and minimal electricity service (120V) for small hand power tools
including battery chargers. The contractor will provide all other equipment, supplies and materials needed to complete
this project.
Approved 4/8/24 SCRO
Page 3 of 7
E. ACCEPTANCE AND CLOSEOUT
The Contractor shall notify the Contracting Officers Representative (COR) (2) working days prior to the final testing
and/or certification so that arrangements can be made to have BOP required staff available to observe inspection. A
complete plan detailing any required testing procedures must be submitted in advance for final check out and testing of
work.
F. WARRANTY
1. The warranty and guarantee provisions of the Contract clauses apply to all work of the contract. In accordance with
FAR 52.246-21, Warranty of Construction, and in addition to any other warranties in this contract, the Contractor
warrants that work performed under this contact conforms to workmanship performed by the contractor or any
subcontractor or supplier at any time.
2. The Contractor will provide a no dollar limit warranty for minimum for thirty (30) years from date of Project
Substantial Completion.
F. HOUSEKEEPING AND MATERIAL DISPOSAL
The contractor awarded the contract will be responsible to ensure the premises are always kept clean and free from
accumulations of waste materials and rubbish. The contractor will remove all debris, scrap, and rubbish from the work
area daily. Surplus materials and all equipment shall be promptly removed from the site upon completion of the work.
The Contractor shall be responsible to remove all debris and waste materials from the job site at FCC Pollock site upon
conclusion and acceptance of the project. These items must be disposed of in accordance with all Federal, State, and
local laws.
G. SUBMITTALS
Submittals:
1. The contractor shall provide written submittals to the COR describing recommended equipment within (3) days from
receiving the Notice to proceed for approval.
2. If required all security clearance paperwork/documentation shall be submitted to the COR a minimum of (3) working
day prior to the start of work.
3. The Contractor shall prepare and provide to the COR for approval, PDF file specifications of all material and products
prior to their use. Submittals will be prepared as PDF package and transmit to Government by sending via email.
Contractor shall also provide three (3) copies of the Safety Data Sheets (SDS) on all materials and substances that may
be used during the course of the project. In the event the material is not approved by the Safety Manager, it shall be the
responsibility of the Contractor to locate and procure an alternative product.
4. For security and safety purposes, forty-eight (48) hour advance notice in writing, prior to disruption to the system
must be given to the Contracting Officer and COR.
5. Provide complete narrative descriptions of all system operations.
Approved 4/8/24 SCRO
Page 4 of 7
6. The contractor shall provide an Installation Certification of the completed and tested systems that contains an
affidavit signed by the contractor and manufacturer’s representative, notarized, certifying that the complete systems
meet the contract requirements and is fully operational per the manufacturer's recommendations.
7. Any deviations from this Statement of Work will be considered a Change Order Request and must be authorized
through the institution’s Contracting Officer prior to the implementation of the requested change.
8. It is the Contractor’s responsibility to repair and/or replace any Government property damaged by
contractors/subcontractors’ employees. Damage will be corrected and restored to previous condition at no cost to the
Government.
9. It shall be the Contractor’s responsibility for obtaining all measurements and data requirements to comply with
manufacturer’s installation recommendations. All installations must be in accordance with product manufacture’s
recommendations.
II. CONTRACTOR SECURITY/WORKING REGULATIONS
A. Work Hours:
Work Hours for the contractor are 7:30 AM – 4:00 PM (see various site work hour clarification below), Monday - Friday,
excluding weekends and federal holidays. Any work required to be completed at any other time than noted above must
be requested in writing to the COR five (5) working days prior to the start of the work. In the event of any equipment
being replaced that would result in downtime of the normal orderly running of the institution, alternate work hours may
be authorized in accordance with the time frame stated above.
Access to the site will be available during normal working hours except during emergencies. It shall be the responsibility
of the Contractor to familiarize himself, his employees, and his subcontractors of the working hours and conditions in at
the facility, as working hours may not constitute a full eight-hour workday. The Government assumes no responsibility
to the Contractor nor to any of his subcontractors for shorter hours due to institutional emergencies or entry and/or exit
of workers necessitated by normal institution routines.
The Contractor shall limit its use of the premise to the work indicated, so as to allow for Government occupancy and
use. During the entire construction period, the Contractor shall coordinate use of the premises for construction
operations with the FBOP COR (Contracting Officer Representative).
All visitors to the construction site shall register with FBOP site officials. The contractor shall not allow employees to
have personal visitors on site.
The project site will be open to the Contractor Monday through Friday, with the exception of federal holiday, for the
duration of the project. The project schedule is to be based on a normal 40 hours’ work week. The Contractor shall
establish a normal week schedule for the duration of the project.
Work outside the secure perimeter institution will be allowed between the hours of 7:00 AM to 4:30 PM. This will allow
the Contractor’s work force to arrive on-site in the morning to prepare for entering the secure perimeter of the
Approved 4/8/24 SCRO
Page 5 of 7
institution. It will allow the Contractor’s work force to button-up their laydown / staging area after exiting the secure
perimeter at the end of the work day.
Work inside the secure perimeter of the institution will be allowed between the hours of 7:30 AM to 3:00 PM. The
Contractor’s work force will be allowed to enter the Rear Gate at approximately 7:30 AM each workday. At this time
FBOP staff will begin personnel and tool security check-in procedures. Once the check-in procedures are complete, the
Contractor will be escorted by FBOP staff to the work site. The rear gate closes at 3:00 PM, therefore, the Contractor’s
work force will be escorted back to the rear gate/front lobby by FBOP staff no later than 2:30 PM, in order to allow
enough time for the completion of security check-out procedures prior to exiting the secure perimeter.
B. Delivery of Materials:
All construction materials/equipment required for work on this project is required to be processed by the Contractor
and coordinated with the institution COR for temporary storage.
Any construction related deliveries which are directly shipped to the contractor can be received between the hours of
7:00 a.m. to 12:00 p.m., Monday through Friday, excluding Federal Holidays. At no point will a Bureau of Prisons (BOP)
staff member receive or sign for a delivery if the contractor or his representative is not present to verify and accept the
delivery.
Under no circumstances will FCI El Reno or its staff be responsible for the acceptance of any Contractor or company
deliveries. The contractor shall be responsible for providing their own means of loading and unloading contractor
material or equipment.
C. Storage of Materials and Equipment:
Construction materials may be stored on site on a mutual agreeable location designated by the COR. Tools shall not be
stored on site and must be brought in daily by the contractor. All tools will be inventoried prior to beginning work and
will be inventoried back in to ensure accurate accountability when leaving at the end of each workday. Materials cannot
be stored at a height that would create a fall hazard. All tools will be inventoried prior to entering the Institution. At the
start of each workday all tools will be inventoried out on a daily tool inventory sheet and at the end of the work day all
tools will be inventoried back in to ensure accurate accountability of all tools at the end of each work day.
All contractor owned extension cords that will be used during the project, regardless of length, shall be in good
condition with no broken outer Insulation.
All construction materials/tools shall be stored in a designated area mutually agreed upon between the Contract
Monitor and the contractor. The storage area will be a secure lockable gang box or similar, size to be determined by the
contractor and the Contract Monitor. A gang box can be stored inside the rear gate area and would be required to be
double locked with a contractor lock and an FCI El Reno lock for security purposes. All tools will be inventoried prior to
entering the institution and will be inventoried back in to ensure accurate accountability when exiting the institution at
the end of the workday.
D. Security Clearance/Contractor Badges:
All contractors and subcontractor employees will provide a check list of all employees on site each day to the COR,
verifying the number of workers on site each day and that all workers are approved to be on site.
Approved 4/8/24 SCRO
Page 6 of 7
E. Safety and Personal Protective Equipment:
All contractors and employees shall have and wear the required personal protective equipment (PPE) prescribed by
industry standards at all times while on the job site. It is the responsibility of the contractor to provide all PPE
equipment. Should a system require Lock-out/Tag-out, the system will be required to have both Contractor and FCC
Pollock locks on the isolation point to prevent shock. All Lock-out/Tag-out procedures will follow the institution Lockout
program.
F. Additional Considerations:
Bonds and Insurance will be required for this project.
Federal smoking policy on Federal property states that smoking is only allowed in outdoor designated areas. This policy
will be strictly enforced.
Contractors will NOT be allowed to bring cell phones, cameras, or two-way pagers into FCI El Reno. The Facilities
Department maintains a digital camera that will be utilized by BOP staff to document the project work. The Contractor
may request copies of these documentation photos for record keeping.
Contractor will be permitted to wear jeans in the institution, however, green, or khaki-color clothing will not be allowed.
The clothes will be proper and suitable for the services that are being provided.
Lunches will be consumed at the work site. Contractor shall ensure they have everything they need for their lunch when
they check-in first thing in the morning.
Federal smoking policy on Federal property states that smoking is only allowed in designated areas. This policy will be
strictly enforced.
If an equal product is submitted to replace the existing systems and related components, the contractor will, upon
award, submit all technical data for the product they intend to install for approval by the Contract Monitor. The
government retains the right to determine technical acceptance for all submitted equal products.
FCI El Reno staff will ensure a representative is present to allow access to all areas requested by the Contractor. It shall
be the Contractors responsibility to obtain all measurements and manufactures installation recommendations.
The FBOP will occupy the site during the entire construction period. Contractor shall perform the work to not interfere
with the FBOP’s operations as minimal as possible.
G. QUALITY ASSURANCE/INSTALLATION REQUIREMENTS
All installers/technicians shall be qualified and certified by the manufacturer to install, test, and certify the system. Such
certification must be verified in writing by the manufacturer and submitted to the Contract Monitor. Services and
materials provided will be consistent with current industry standards.
Approved 4/8/24 SCRO
Page 7 of 7
H. UTILITIES
The FBOP will provide minimal electricity service (120V), for battery chargers, radios, small hand tools, etc. In addition,
provide restroom services, and water. The contractor will provide all other supplies and materials needed to complete
this project.
I. TESTING AND ACCEPTANCE
The Contractor shall notify the Contracting Monitor two (2) days prior to the final system testing and certification so that
arrangements can be made to have BOP required staff available to observe testing. A complete plan detailing test
procedures must be submitted to the Contract Monitor in advance for final check out and testing of the complete
system.
The contractor awarded the contract will be responsible to ensure the premises are always kept clean and free from
accumulations of waste materials and rubbish. The contractor will remove all debris, scrap, and rubbish from the work
area daily. Surplus materials and all equipment shall be promptly removed from the site upon completion of the work.
The Contractor shall be responsible to remove all debris and waste materials from the job site at FCI El Reno upon
conclusion and acceptance of the project. These items must be disposed of in accordance with all Federal, State, and
local laws.
J. SUBMITTALS & TRAINING
The contractor shall provide written submittals to the Contract Monitor describing recommended equipment within 15
days from receiving the Notice to proceed for approval. Any shop drawings will also need to be included in the
submittals at this time. The Contractor shall provide to the Contract Monitor (3) copies of the Material Safety Data
Sheets (MSDS) on all materials and substances that may be used during the project. In the event the material is not
approved by the Safety Manager, it shall be the responsibility of the Contractor to locate and procure an alternative
product.
All security clearance paperwork/documentation shall be submitted to the Contract Monitor, a minimum of fourteen
working days prior to the start of work.
A detailed Schedule of Values shall be submitted to the Contracting Officer and Contract Monitor with the progress
schedule 10 days prior to the contractor mobilizing to the site.
Attachments/Links
Contact Information
Contracting Office Address
- P.O. BOX 1000
- EL RENO , OK 73036
- USA
Primary Point of Contact
- NATE LONG
- n2long@bop.gov
- Phone Number 4053197490
Secondary Point of Contact
History
- Jun 13, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Apr 29, 2024 09:39 am CDTCombined Synopsis/Solicitation (Original)