Boiler Re-tube at FCI Herlong
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: Presolicitation (Original)
- Original Published Date: Dec 05, 2023 03:08 pm CST
- Original Response Date: Jan 31, 2023 02:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 15, 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: Herlong , CA 96113USA
Description
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION.
The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15BFA024B00000005 for the award of a firm-fixed-price construction contract for a project entitled BOILER RE-TUBE at the Federal Correctional Institution, located in Herlong, California. FCI HERLONG is a federal correctional facility located at 741-925 Herlong Access Rd. A-25, Herlong, CA 96113. The project consists of the following:
The awarded contractor shall purchase, remove and replace all the existing tubing in the three Bryan Model RW1500-W-FDGO institutional boilers. Over the last year FCI Herlong has had a substantial leak in the sealed Hot Water Boiler loop, due to this there has been no chemical treatment to the water. The lack of treatment has caused extensive hard water build-up in the tubes and no longer function as designed. Seismic zone requirements, environmental compliance, Life Safety, NFPA, ADA-ABA, Federal, State, Local codes and regulations will be considered during all phases of this project. All work shall be completed, equipment tested and adjusted per manufactures recommendations and accepted by the Contracting Officer’s Representative (COR) and Contracting Officer (CO).
See the Statement of Work/Specifications attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work.
The performance period for the project will be 175 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 $250,000 and $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 available approximately on or about December 20, 2023. 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 www.sam.gov 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 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 2025986067
Secondary Point of Contact
History
- Feb 15, 2024 10:55 pm CSTPresolicitation (Updated)
- Dec 15, 2023 10:55 pm CSTSources Sought (Original)
- Dec 05, 2023 10:55 pm CSTPresolicitation (Original)