Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

Y -- Stun Lethal Fence Construction

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPX000526
 
Response Due
2/24/2005
 
Archive Date
12/31/2005
 
Description
The Federal Bureau Of Prisons anticipates award of a Firm-Fixed Price Construction Contract. The scope of work includes installation of three Stun Lethal Fence systems at three (3) high security correctional facilities. These facilities include, United States Penitentiary (USP), USP McCreary, USP Coleman II, Florida; and USP Terre Haute, Indiana. The Federal Bureau Of Prisons will not offer a ?Hold Harmless? indemnity clause. The manufacturer/installer shall possess the ability to provide and install three fully functional turn key Lethal/Non-lethal fence systems. The systems shall include, but are not limited to: Lethal/Non-lethal Fence Structure, System High Voltage Energizer, Touch Screen Head End Equipment, Safety Interlocks, Concrete Grade Beam and Sidewalks, Custom framed Gates and locks, Uninterruptible Power Supply System (UPSS). The manufacturer/installer shall have provided and/or installed a minimum of three (3) Stun Lethal fence systems in the United States. The successful offeror must have the ability to demonstrate to the Government proof of performance of the Stun Lethal high voltage energizer. In accordance with Federal Acquisition Regulation 6.302-1(c), the Bureau of Prisons has determined that only one brand name manufactured system (DeTekion Electro-Guard 5000) will meet the minimum needs of the government, and therefore no other systems or custom built energizers will satisfy the requirements of this procurement, or be considered at this time. The anticipated Performance Period for this project is 168 calendar days from the notice to proceed to final completion and 126 calendar days from notice to proceed to substantial completion. An additional 60 day extension to the performance period will be considered as a proposal option. The Bureau of Prisons estimates contract award will occur in 2005. The estimated magnitude of this project is between $5,000,000 and $10,000,000. The Stun Lethal high voltage energizer shall have the ability to operate in the following modes: Non-lethal only, Lethal only, Non-lethal 1st, 2nd and or 3rd attempt then automatically convert to Lethal, Non-lethal, but gateable with other technologies to automatically activate Lethal. The High Voltage Energizer equipment must possess an internal full proof interlocking safety system which grounds all conductors when activated. The High Voltage Lethal Energizer must be capable of delivering a minimum AC voltage of 6 KV between phases and 3 KV to ground. The High Voltage Non-lethal Energizer must be capable of delivering a pulsating DC voltage adjustable to 10 KV. The High Voltage Energizer must meet or exceed IEC 335-2-76 standards. The system head shall be a fully rack-mountable touchscreen Windows based GUI interface which communicates directly with an Alan Bradley Control Logic Series or approved equal PLC (Programmable Logic Controller). The manufacturer/installer of the Stun Lethal fence system must be capable of supporting the following: The Stun Lethal electrified fence shall consist of a single high voltage energized 12' barrier installed between two existing 12' chain linked fences which surround the institution?s perimeter. The typical institution perimeter is approximately 5000' in length. Wire spacing on the high voltage fence structure shall be a minimum of every 4", starting from the grade beam to 4' in height, and then every 6" there after totaling 26 wires. Insulators shall be arranged to allow a basket weave wire installation. The Stun Lethal fence shall originate at one side of the institution?s rear gate sallyport, transition overtop of the Administration Building and end at the opposite side of the rear gate sallyport. The Stun Lethal fence system shall be continuous with no breaks in the fencing structure except at the rear gate sallyport. The Stun Lethal fence shall be installed as a stand-alone system and be capable of detecting and alarming intrusion attempts by zone number. Zone lengths shall be a maximum of 300'. The high voltage fence structure shall be installed on top of a 12" high grade beam flanked by two sidewalks. The Stun Lethal high voltage energizer/interlock system shall be mounted in space provided by the Government at the rear sallyport gatehouse. The Stun Lethal touch screen head-end equipment shall be located in the institution?s Control Center. The equipment shall be mounted in the existing control console. Additional bay space may required. The Contractor shall be permitted to use existing spare fiberoptic conductors to facilitate communications between the Stun Lethal energizer and the Touch Screen head-end equipment. Participation by small, small-disadvantaged, HUBZone mall businesses, veteran-owned small businesses, and service disabled veteran-owned small businesses is encouraged. The Offerors who submit a solicitation will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small-disadvantaged, women-owned small businesses, veteran-owned small businesses, and service disabled veteran-owned small businesses. The solicitation will be available on/about January 24, 2005 and will distributed solely through the General Services Administration?s Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the solicitation will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Faith-Based and Community-Based Organizations have the right to submit offers/bids with other organizations for contracts for which they are eligible. The point of contact for inquiries and clarifications is Jake Anderson, Jr., Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. (Send Express Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted. End of Synopsis
 
Place of Performance
Address: Department of Justice, Bureau of Prisons, Construction Contracting Section, 320 First Street, N.W., 5006, Washington, D.C.
Zip Code: 20534
Country: USA
 
Record
SN00732287-W 20050112/050110211705 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.