Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

54 -- Temporary Structure Jail Facility - Orleans Parrish

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
General Services Administration, Federal Supply Service (FSS), Southwest Supply Center (7FL), 819 Taylor Street RM 6A06, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7FLA-S6-05-2832
 
Response Due
11/8/2005
 
Archive Date
12/31/2005
 
Description
Solicitation for pending RFQ 7FLA-S6-05-2832 FAR 13.5 purchase as follows: Requirement for Temporary Structure ? RFQ2832 Jail Facility ? Orleans Parrish ? November 4, 2005 Background: By statute, all newly arrested individuals are required to have an initial appearance within 24 hours and an arraignment within 15 days. When Hurricane Katrina hit Orleans Parrish, the court froze the clock. The court has now advised that on November 14, 2005, the Criminal Sheriff of Orleans Parrish must be prepared to house 2000 inmates at his correctional facility in New Orleans. The storm caused the Sheriff to evacuate all 6,800 inmates from his facilities. The only facility that is currently operational is the House of Detention, which has an 800 inmate capacity. Another facility will be operational in the next 10 days and has a capacity of 380. Therefore, the Sheriff requires an additional temporary facility having a capacity of 800 beds, approximately 40,000 square feet. Requirement: 1. A temporary, prefabricated structure (approximately 40,000 square feet) is required to temporarily house minimum to medium security classification inmates. Multiple structures are acceptable, provided they can be located in the same asphalt area meeting the 40,000 square foot need. The facility shall be located on property owned by the Sheriff of New Orleans. Due to the nature of this property, a facility without a permanent foundation is necessary. A temporary facility consisting of a tension fabric structure is desired by the Government to meet requirements. 2. Temporary jail facility shall contain suitable interior lighting (similar to office lighting), and suitable exterior lighting (similar to prison exterior lighting). 3. Perimeter fencing shall be compatible with minimum to medium security classification of inmates. Single fence with strands of barbed wire on top. 4. The facility requires an electronic door locking system for each separate facility with one central control room for entire facility with exterior monitoring entire facility. 5. Toilet/Shower facilities are required. Laundry facility not required. 6. City water, electrical power source, and sewer are accessible. Water source provided within 100 feet of temporary jail facility. 7. Furnishings for inmate lodging (bedding) provided by Sheriff. 8. The facility must have built in utilities meeting the building codes and UL requirements applicable to the State of Louisiana, and all local jurisdictions. The Government will provide the space for this facility, which will be located in Orleans Parrish, LA. The contractor shall supply and install facility in its entirety upon delivery. The contractor shall provide technical assistance as necessary after the installation process. Due to the immediacy of this requirement, delivery and full installation are requested within 15 days of award, or as soon as possible. Proposals: Contractors must provide with their price quotation information demonstrating that their proposal meets the requirements cited above and provide references for at least three recent projects performed of similar scope. NOTICE TO OFFERORS This is a requirement for the Federal Supply Service (FSS) in support of Disaster Recovery for Hurricane Katrina (DR-1603-LA). The objective is to supply and install a prefabricated structure in New Orleans, LA. Structure will serve as temporary jail facility for inmates. A description of the work to be performed and clauses incorporated by reference follow. Ordering procedures will be followed IAW FAR 13.5. The basis of selecting a contractor to receive a resulting order will be a best value resulting in the most advantageous offer considering (1) technical, (2) specialized experience, (3) past performance, and (4) price. When considered together, the non-price related factors are of greater value than price. The government reserves the right to award to other than the lowest price offeror based on its best value trade off decision, but may be limited by budgetary constraints. The government reserves the right to award to other than the lowest price offeror based on its best value trade off decision, but may be limited by budgetary constraints. Preference shall be given to Louisiana-based companies as listed on http://www.access.louisiana.gov. Invoicing procedures shall be IAW instructions on resulting order. Delivery and full installation are requested within 15 days of award, or as soon as possible. The Contractor shall quote a firm-fixed pricing structure for this requirement. Forward your response electronically to: stephen.bartley@gsa.gov or fax to: Steve Bartley 225-379-4029. For further information, please contact Steve Bartley at (225) 336-6559. Clauses incorporated by reference: 52.203-3 Gratuities 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (ALTERNATE I (OCT 1995) 52.204-6, DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.212-1 Instructions to Offerors?Commercial Items. 52.212-3 Offeror Representations and Certifications?Commercial Items. 52.212-4 Contract Terms and Conditions?Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration. 52.233-2 Service of Protest. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.236-5 MATERIAL AND WORKMANSHIP. MATERIAL AND WORKMANSHIP (APR 1984) 52.236-21 Specifications and Drawings for Construction (Feb 1997) 52.239-1 Privacy or Security Safeguards. 52.247-5 Familiarization with Conditions. 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. 52.247-34 FOB. Destination.
 
Record
SN00927264-W 20051106/051104212958 (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.