Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

Y -- Y-Contruction - Electrical Work

Notice Date
5/5/2009
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPX000580
 
Archive Date
5/30/2009
 
Point of Contact
Yvonne M. Powell,, Phone: 2023070954, John M. Hume,, Phone: 2023070954
 
E-Mail Address
ypowell@bop.gov, jhume@bop.gov
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE FOR ELECTRICAL WORK PART: U.S. Government Procurement SUBPART: Services CLASSCODE: Y-Construction OFFADD: Federal Bureau of Prisons Construction Contracting Section 320 First Street, NW, Room 500-6, Washington, DC 20534 SUBJECT: Y-Electrical Work SOL: RFP X00-0580 DUE: N/A POC Yvonne Powell, Contract Specialist, (202) 307-0954 NAICS: 238210 This is a Pre-solicitation Notice. The Federal Bureau of Prisons (FBOP) anticipates the award of a single Firm-Fixed Price, Construction Contract. The intent of this notice is to seek a contractor to replace the existing non-lethal/lethal fence system high voltage lead out wire at four Federal Bureau of Prisons facilities: USP Tucson, AZ; USP Pollock, LA; USP Terre Haute, IN; and USP McCreary, KY. All four project sites are existing high security United States Penitentiaries. During installation, the Offeror will be required to coordinate and cooperate with institution staff to maintain the security of the institution perimeter, including preparation and approval of security/security background checks in compliance with Homeland Security Presidential Directive (HSPD) 12 and local institution requirements for entry to the respective active USP. The Non-Lethal/Lethal Electrified Fence system consists of approximately 5500' of high voltage fence structure which is divided into zones; Concrete grade beams and sidewalks which flank the system; underground high voltage feed and return conductors, several per zone; Energizer cabinets and enclosures; Underground pull boxes; Buried rigid conduit; Computerized head end equipment; Safety interlocks and grounding system; Surge protection and riser connections. The lead-out cable is comprised of a 14 AWG steel core encased in a low density poly ethylene inner jacket coupled with a high density poly ethylene outer jacket. Due to a faulty extrusion process, the inner jacket is cracking and deteriorating, thus burning holes in the outer jacket which in turn grounds the system out. The contractor shall be responsible for performing specific interrelated tasks as outlined in the Statement of Work (SOW). These tasks will include, but not be limited to, 1) removing all existing non-lethal/lethal fence high voltage lead out and riser cable; 2) replacing the non-lethal/lethal fence high voltage lead out and riser cable with new cable as specified in the SOW; 3) determining wire quantity by confirming wire distances at each facility; 4) testing the cable for shorts and opens prior to the cable termination in accordance with the cable manufacturers recommendations; 5) terminating the new high voltage cable to the fence structure, surge arresters, safety relays and energizers; and 6) coordinating the non-lethal/lethal fence manufacturer for an onsite inspection and system tuning prior to re-energizing the system. The anticipated performance period of this contract is to have first delivery by July 30, 2009, after the initial notices to proceed is issued. The performance period of each installation is 30 calendar days, with coordinated staggered notice to proceed. The estimated magnitude of this project is between $250,000 and $500,000. The North American Industrial Classification System (NAICS) Code is 238210. The following evaluation factors will be used in evaluating proposals, which are listed in descending order of importance, past performance, technical, and price. All responsible sources may submit an offer which shall be considered by the Agency. Faith-based and Community-based organizations, can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Participation by small, small-disadvantaged, HUBZone small business, woman-owned small business, veteran-owned businesses, and service disabled veteran-owned small businesses is encouraged. This solicitation is unrestricted. This notice is not a Request for Proposals. Interested Offerors may requests and obtain a solicitation distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of this 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. Solicitations will be issued on or about May 20, 2009, with a tentative closing date of June 20, 2009. The point of contact (POC) for inquiries and clarifications is Yvonne Powell, Contract Specialist, ypowell@bop.gov and the alternate POC, John G. Hume, Senior Contract Specialist, jhume@bop.gov, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, NW, Room 500-6, Washington, DC 20534. (Send EXPRESS Mail to 320 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=254c2b7e92af50bf98bd3cf14845f270&tab=core&_cview=1)
 
Place of Performance
Address: Four different locations: USP Tucson, AZ; USP Pollock, LA; USP Terre Haute, IN; and USP McCreary, KY., Washington, District of Columbia, 20534, United States
Zip Code: 20534
 
Record
SN01809508-W 20090507/090505221636-254c2b7e92af50bf98bd3cf14845f270 (fbodaily.com)
 
Source
FedBizOpps 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.