MODIFICATION
Z -- Replace Perimeter Detection- FCI 1
- Notice Date
- 5/21/2025 9:45:59 AM
- Notice Type
- Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15BFA025B00000028
- Response Due
- 7/1/2025 11:00:00 AM
- Archive Date
- 07/16/2025
- Point of Contact
- Krista Sua
- E-Mail Address
-
kxsua@bop.gov
(kxsua@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA025B00000028 for the award of a firm-fixed-price construction contract for a project titled Replace Perimeter Detection FCI 1 at the Federal Correctional Complex Victorville (FCC Victorville), located in Victorville, California. Federal Correctional Complex Victorville (FCC Victorville) is a federal correctional facility located at 13777 Air Expressway Blvd., Victorville, CA 92394. The project consists of the following: SCOPE OF WORK: New sensor cable shall be installed on and connected to the existing fence fabric. Contractor shall be responsible for the engineering, installation of, and testing of the newly installed fence alarm systems and all its related components. The contractor is responsible to obtain all permits required to provide this requirement. 1. The Perimeter Security Enclosures and other equipment indicated on the submitted drawings shall be bonded to the existing buried ground conductor with a dedicated grounding conductor and all field splice boxes shall be installed on fence poles as well as bonded and grounded. Surge protection devices shall be installed on all signal wiring including spare conductors entering a building from the exterior. Sensor cable shall be installed and secured to the fence in accordance with section C.5.A.2 and C.14 of this Statement of Work as well as industry standards and relevant code. There shall be no splices on the sensor cable in between individual zones. There shall be no splices housed solely within the armored jacketing of the lead cable. All splices must be contained within a weatherproof coffin splice housing. The new fence alarm sensor cable shall be installed on the inner perimeter fence and the vehicle sallyport fence fabric. 2. Measurements indicated in this Statement of Work are estimated and it is the contractor's responsibility to verify actual conditions. Furthermore, this work will include the installation of a weather station, microwaves, and installation or modifications to the remote alarm notification system. New Microwaves shall be installed where existing microwaves are at in the Rear Gate Sally Port and tied into alarm. All work shall comply with industry standards and codes. 3. The contractor shall provide new updated architectural drawings of the property upon conclusion. Specifications shall include major equipment cut sheets/technical data and model numbers. Drawings shall indicate all zone layouts and detailed installation requirements at fence corners, fence runs, Administration building, rear gate, etc. Drawings shall also indicate the location of microwave TX/RX units and anticipated wiring paths for the microwave installations. Grounding plans shall be included in the submittal package prior to the commencement of work. 4.Brand name products are listed in this Statement of Work. The Federal Bureau of Prisons (FBOP) will accept an ""or equal"" product, but it must meet each individual requirement in the specification. Should your firm decide to submit an ""or equal"" product that is not the name brand listed, your firm must submit all technical data with their bid for technical examination. Should your product not meet the requirement as an absolute ""or equal"" product, you will be notified in writing that your bid will not be accepted. See the Statement of Work attachment included with the solicitation posting for the complete requirements of the work. The performance period for the project will be 246 days from issuance of the notice to proceed. The NAICS code for this requirement is 238210 with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $250,000 and $500,000. (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 distributed solely through the Contract Opportunity website at https://www.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 SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from www.sam.gov will be granted access. If your firm does not have the NAICS code listed in www.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://www.sam.gov. In order to qualify for award, your business size metrics information entered in your www.sam.gov SAM registration must be less than or equal to the size standard specified above. Each bidder's www.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 www.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 www.sam.gov as a small business for the applicable NAICS code (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration). SITE VISIT INFORMATION An organized site visit has been scheduled for JUNE 11, 2025 at 9:00 A.M., local time. Participants will meet at 13777 AIR EXPRESSWAY BLVD., VICTORVILLE, CA 92394 (FCC VICTORVILLE) **All prospective bidders who plan to attend this site visit, though attendance is not mandatory, are required to complete the ""Authorization for Release of Information"" by Friday, June 6, 2025. ELECTRONIC BID SUBMISION AND BID OPENING (SEE INSTRUCTION TO BIDDERS) SPECIAL INSTRUCTIONS PERTAINING TO ELECTRONIC BID SUBMISSION (FAR 14.302 AND 14.304) Electronic copies of bids, Representation and Certifications, Standard Form 24, and Bid Bond, shall be submitted through the JEFS APP BOX at link below: https://jefs.app.box.com/f/15c3a76e5ac547ffbf4941ea888771fd
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6ada2d77135b4c04b2950e9cf2fecc3c/view)
- Place of Performance
- Address: Victorville, CA 92394, USA
- Zip Code: 92394
- Country: USA
- Zip Code: 92394
- Record
- SN07450590-F 20250523/250521230041 (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 |