Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOLICITATION NOTICE

Z -- RENOVATION OF FOOD SERVICE BUILDING AT FCC LOMPOC

Notice Date
1/14/2021 11:32:16 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B61721B00000001
 
Response Due
3/3/2021 12:00:00 PM
 
Archive Date
03/18/2021
 
Point of Contact
Martin Guidry, Phone: 9723524514
 
E-Mail Address
mguidry@bop.gov
(mguidry@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15B61721B00000001 for the award of a firm-fixed-price construction contract for a project entitled Renovation of Food Service Building at the Federal Correctional Complex (FCC Lompoc), located in Lompoc, California. FCC Lompoc is a federal correctional facility located at 3901 Klein Blvd Lompoc, CA 93436. FCC Lompoc is a federally owned facility utilized for minimum security detention of male inmates. The existing Food Service Building is a pre-engineered metal building containing kitchen and dining areas, with approximately 5,789T square feet (SF) floor space. The work included in this contract includes but is not limited to: a. Replace metal roofing and siding panels. b. Provide wall and roof insulation. c. Provide new cantilevered 6"" block wall to 4'-0"" height above finish floor at building perimeter. New wall will require sistered foundation. d. Provide gutters and downspouts. e. Provide new windows and exterior doors (including roll-up door). f. Reconfigure kitchen area. g. 2 new restrooms, 1 remodeled restroom. h. 1 remodeled office. i. Provide new wall finishes and tile flooring except at dining room. j. Replace suspended ceilings throughout (no ceiling at Loading/storage area). k. Provide new lighting throughout. l. Provide new power throughout (power in walls at dining to remain). m. Provide new plumbing throughout (D/W/V and gas), including fixtures, 4 water heaters, grease interceptor, floor sinks, floor drains and trough drains. n. Provide new mechanical system (4 zones, split system). o. Provide new kitchen hoods with makeup air. p. Provide new commercial kitchen equipment. q. Replace walk-in cooler. Provide new walk-in freezer. r. Reconfigure fire sprinkler system as necessary. New Ansul fire protection system at kitchen hoods. s. Provide new fire alarm system and controls. t. Provide new telephone and LAN system u. Selective demolition and limited site work is included.� See the Statement of Work/Specifications attachment included with the solicitation posting�(to be issued at a later date as described herein) for the complete requirements of the work. The performance period for the project will be 365 Calendar Days from issuance of the notice to proceed. The NAICS code for this requirement is 236220 with a corresponding small business size standard of $39.5 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The solicitation will be available approximately on or about January 29, 2021. �The solicitation will be distributed solely through the Contract Opportunity (FBO) website at https://beta.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. The ""Sensitive /Secure package Upload"" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active Beta.SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from beta.SAM.gov will be granted access. If your firm does not have the NAICS code listed in beta.SAM.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866 -606 -8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://beta.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the size standard specified above. Each bidder's beta.SAM.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their beta.SAM.gov registration and update as necessary, including the size metrics information. This is a 100 percent small business set-aside. You must be registered in beta.SAM.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your beta.SAM.gov registration).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6212f013b7db49d680704e9015184d7a/view)
 
Place of Performance
Address: Lompoc, CA 93436, USA
Zip Code: 93436
Country: USA
 
Record
SN05892386-F 20210116/210114230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.