Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

44 -- Boiler Inspection Services to be located throughout the contiguous United States, Hawaii, and Puerto Rico

Notice Date
1/6/2011
 
Notice Type
Presolicitation
 
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, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPP0700CC1100002
 
Point of Contact
Lawrence E. Chambers, Phone: 2023070954, Donald G. Sinsel, Phone: 2023070954
 
E-Mail Address
lchambers@bop.gov, gsinsel@bop.gov
(lchambers@bop.gov, gsinsel@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice. The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Requirement Contract. 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 is an internal and external visual test performed when a repair is made. Type B is an internal and external inspection with hydrostatic test and test under water and air pressure. Type C is an external inspection, under steam and hot water. Type D is an external inspection while under hydrostatic test. Type E is an internal and external inspection of the expansion tanks that test the de-aerator and condensate tanks under working pressure. 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 fifty (350) Type B Tests, eight hundred (800) Type C Tests, fifty (50) Type D Tests, and fifty (50) Type E Tests will be needed for the base year periods. For option years one (1) through four (4), it is estimated that twenty five (25) Type A Test, three hundred fifty (300) Type B Tests, eight hundred (800) Type C Tests, fifty (50) Type D Tests, fifty Type E Test 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. The award of a firm-fixed price, indefinite delivery, requirements type contract is anticipated. 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 March 18, 2011 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 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 Lawrence Chambers, 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 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/CC/RFPP0700CC1100002/listing.html)
 
Place of Performance
Address: Nation Wide, United States
 
Record
SN02355714-W 20110108/110106234346-2aa58d210054eaca26f5501171cd8d25 (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.