Skip to main content

An official website of the United States government

You have 2 new alerts

Roof Replacement at FCC Tucson

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: Oct 04, 2023 03:42 pm CDT
  • Original Published Date: Aug 31, 2023 01:38 pm CDT
  • Updated Date Offers Due: Oct 04, 2023 02:00 pm CDT
  • Original Date Offers Due: Oct 04, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 19, 2023
  • Original Inactive Date: Oct 19, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2FF - REPAIR OR ALTERATION OF PENAL FACILITIES
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    Tucson , AZ 85756
    USA

Description

The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA023B00000040 for the award of a firm-fixed-price construction contract for a project entitled Roof Replacement at the Federal Correctional Complex (FCC Tucson), located in Tucson, Arizona.

FCC Tucson is a federal correctional facility located at 9300 S. Wilmot Rd. Tucson, Arizona 85756.  The Work of Project is defined by the Contract Documents and consists of the following:

1. Remove existing flat roofing down to concrete deck and replace with new insulation and roofing as shown on the drawings and in the specifications.

2. The approximate total area to be re-roofed is 52,050 s.f.

3. The entire roof will be waterproofed at the end of each workday and prior to any rain events.

4. Provide tapered insulation where required to provide minimum ¼ -inch per foot slope to roof drains.

5. Replace all screws in roof drain assemblies.

6. Provide new/adjust existing roof curbs as required for all existing roof mounted equipment.

7. Provide new metal flashing at roof perimeter, equipment and at other locations to match existing.

8. Comply with all security and work restriction requirements of the FBOP.

9. Obtain any permits required. These may include permit to operate crane close to adjacent Airport, etc.

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 133 Calendar Days from issuance of the notice to proceed.

The NAICS code for this requirement is 238160 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 $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).

Pre-Bid Site Visit (See Instructions to Bidders):

(b) An organized site visit has been scheduled for Wednesday, September 13, 2023 at 9:00 A.M. local time

(c) Participants will meet at 9300 S. Wilmot Rd. Tucson, Arizona 85756

Electronic Bid Submission (See Instructions to Bidders):

Upload Bid Electronically to JEFS App Box:  https://jefs.app.box.com/f/587f9062fc1d40f4979f00a70ed517a8

Electronic Bid Opening:

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

Amendment 1:  Site Visit Meeting Minutes, Q&A, Photos, Specification Addendum, Updated Construction Wage Rate

Bid Opening Date: 10/04/2023 @ 2pm CST.

Bid Abstract Posted

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