Skip to main content

An official website of the United States government

You have 2 new alerts

FCI Englewood - Emergency Electrical Repairs

info alert

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: Sep 06, 2024 01:12 pm CDT
  • Original Date Offers Due: Oct 16, 2024 12:30 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 31, 2024
  • 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:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Littleton , CO 80123
    USA

Description

The Federal Bureau of Prisons (FBOP) herein issues solicitation 15BFA024B00000023 for the award of a firm-fixed-price construction contract for a project entitled Emergency Electrical Repairs at the Federal Correctional Institution (FCI) Englewood, located in Littleton, Colorado.

FCI Englewood is a federally owned facility located at 9595 W. Quincy Ave, Littleton, CO 80123. The project consists of the following:

FCI Englewood is seeking to hire a contractor to remove and replace the existing vacuum interrupters in the current switch gear located in the Outside Powerhouse. The existing vacuum interrupters are currently installed in model

GE/POWER VAC, VB1 13.8-750-3 breakers.

Contractor is responsible for all processes, equipment and tools necessary to remove, refurbish and re-install breaker assemblies with new vacuum interrupters. A total of twelve (12) breakers shall require all new vacuum interrupters. The new vacuum interrupters shall be model RVl-41A2 bottles or approved equals. Complete breaker replacement isn't required, only replacement of the vacuum interrupters and approved breaker refurbishment shall be completed. A maximum of eight (8) breakers shall be completed at one time in order to limit the amount of down time and interruptions to facility operations. Contractor shall replace the secondary terminal blocks for Feeder Breaker 3A, 4A and 1B.

Contractor is required to attend a pre-work meeting in order to coordinate and plan with the on-site staff prior to the day of work.

All work shall comply with local, state, and federal regulations.

Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in) AND may require a specific role or domain linked to your registration. If you encounter problems requesting access to these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov.

The North American Industrial Classification System (NAICS) code applicable to this requirement is 238210 (Electrical Contractors and Other Wiring Installation Contractors) 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 $250,000 to $500,000 (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://sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. 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 https://sam.gov. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.

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 September 25, 2024.

(c) Participants will meet at 9595 W. Quincy Ave, Littleton, CO 80123.

Electronic Bid Submission (See Instructions to Bidders):

Upload Bid Electronically to JEFS App Box: https://jefs.app.box.com/f/fe48ce1472d049c49f2d1ebfa435323d  

Electronic Bid Opening:

Held on Microsoft Teams see Instruction to Bidders Section V. ELECTRONIC BID SUBMISSION & BID OPENING

Contact Information

Contracting Office Address

  • USAF RES CMPLX 346 MARINE FORCES DR
  • GRAND PRAIRIE , TX 75051
  • USA

Primary Point of Contact

Secondary Point of Contact





History