Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2005 FBO #1412
SOLICITATION NOTICE

44 -- Boiler Inspection Services

Notice Date
10/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPX000536
 
Response Due
11/21/2005
 
Archive Date
12/31/2010
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice. The Federal Bureau of Prisons (BOP) anticipates the award of an indefinite delivery-requirements type contract with firm-fixed unit prices. The scope of work includes providing the necessary services, personnel, materials and expertise to inspect an estimated number of boilers. These boilers operate at high/low pressure steam and high/low temperature hot water. Boilers are operated and maintained by the BOP throughout the contiguous United States, Hawaii, and Puerto Rico. The North American Industry Classification System (NAICS) Code for this requirement is 238220. A brief description of the type of inspection is as follows: Type A: Visual internal and external inspections. Type B: Visual internal inspection and external inspection while under hydrostatic test. Type C: External inspection during normal operating conditions. Type D: External inspection while under hydrostatic test. Type E: Visual internal and external inspection of other type of pressure vessels (expansion tanks, de-aerators, condensate tanks, etc.). The contract period will consist of one (1) year base period with four (4) one-year option periods. It is estimated that twenty five (25) Type A Tests, three hundred (300) Type B Tests, three hundred (300) Type C Tests, fifty (50) Type D Tests, and fifty (50) Type E Tests will be needed for the base year period. For option years one (1) through four (4), it is estimated that twenty five (25) Type A Test, three hundred (300) Type B Tests, three hundred (300) Type C Tests, fifty (50) Type D Tests, and fifty (50) Type E Tests will be needed for each option year. Type B and C inspections will be performed annually as requested by the BOP. Inspection Type A, D, and E Tests shall be performed as requested by the BOP. This solicitation is 100% set-aside for small business concerns. Participation by small, small-disadvantaged, HUBZone small businesses, veteran-owned small businesses, and service disabled veteran-owned small businesses is encouraged. The solicitation will be available on/about October 21, 2005 and will be 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. The following factors shall be used to evaluate offers: Past Performance and Price. Past Performance is approximately equal to cost or price. Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally 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: Federal Bureau of Prisons throughout the contiguous United States, Hawaii, and Puerto Rico.
Country: USA
 
Record
SN00911101-W 20051008/051006212611 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.