SOLICITATION NOTICE
Y -- United States Department of Justice, Immigration and Naturalization Service, Krome North Service Processing Center, Lockdown Dormitory, Miami, Dade County, Florida
- Notice Date
- 7/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACW17-02-B-0010
- Response Due
- 9/10/2002
- Archive Date
- 10/10/2002
- Point of Contact
- John Szep, 904-232-1131
- E-Mail Address
-
U.S. Army Engineer District, Jacksonville - Civil Works
(John.G.Szep@saj02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The 304-Bed Detention Center being developed for the U.S. Immigration & Naturalization Service at the Krome North Service Processing Center consists of a number of internal functional units, which depend upon the existing facilities for primary support ser vices. The Entry/Control Module contains thirty-five hundred fifty (3,550) square feet. This module provides for the security monitoring of the entire 304-Bed Detention Center by U.S. Immigration & Naturalization staff personnel, as well as providing for visitor receiving and screening prior to their access to this new facility. The actual detention component consists of four (4) Security Modules which each house fifty-six (56) detainees in an open bunking configuration, and two (2) Security Modules which each house forty (40) detainees in secured single or double occupant cells. Each Security Module provides for the sleeping, entertainment, recreation, eating, and personal hygiene necessities of the detainees, and includes 24-hour per day direct supervisi on through the use of in-module security personnel. Within the central core of the detention area is a Food Service Component in which trays are made up using food prepared at the Main Kitchen of the existing Service Processing Center, and taken to the in dividual modules for consumption. In addition, there is a small Public Health Service component to serve the needs of the detainees on a daily basis, and act as a triage in cases where transport is required to outside hospital facilities. The other compo nent within the detention area is a Law Library for use by those inmates desiring direct research. All of the active recreation is done on controlled outdoor hard court areas immediately adjacent to the modules. The Security Modules and ancillary function s encompass a total of thirty-eight thousand seven hundred fifty (38,750) gross square feet. The exterior recreational hard courts have a total of sixteen thousand four hundred eighty (16,480) square feet. This brings the facility gross construction area footprint to fifty-eight thousand seven hundred eighty (58,780) square feet, including the Entry/Control Module. The 9.9-acre site itself consists of two elements, the Dry Retention Area and the Security Area. The Dry Retention Area is 2.9 acres and the Security Area totals 7.0 acres. There is a secure - No Man's Land - in the form of a vehicle-driving lane that surrounds the entire Secure Area. There is no on-site parking included with this project development. All staff and visitor parking is handled at other areas within the existing Service Processing Center. The base bid will consist of the control/entry module along with two (2) Security Modules which each house forty (40) detainees in secured single or double occupant cells, and two (2) Security Modules which each house fifty-six (56) detainees in an open bunking configuration for a total of 192 beds (identified as Part A and Part B on drawing A-2). The option will consist of two (2) Security Modules which each house fifty-six (56) detainees in a n open bunking configuration for a total of 112 beds (identified as Part C on drawing A-2). Magnitude of construction is between $5,000,000.00 and $10,000,000.00. Solicitations will be issued on or about 7/25/02 and the bid opening is scheduled for on or a bout 9/10/02. Solicitation will be issued with paper specs and a CD for the drawings. The drawings will be issued on CD only. Bidders will be provided the paper specs along with a CD for the drawings at no cost. Interested bidders must register electron ically. The registration is located on the following web site: https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp. THIS ACQUISITION IS AN UNRESTRICTED PROCUREMENT being issued pursuant to the Small Business Competitive Demonstration Program. All responsible sources may submit a bid, which will be considered. There will be a price preference for identified HUBZone contractors that comply with the re quirements of the solicitation as stipulated in FAR 19.1307. Construction Performance Period is 545 calendar days. If Option Bid portion of work is awarded, an additional 120 calendar days will be added to the contract duration, for a total of 665 calendar days if both the Base and Option are awarded. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 or visit the following web site: http://www.ccr.gov/ for m ore information. The NAICS Code for this project is 233320 with a size standard of $28.5 million.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA17/DACW17-02-B-0010/listing.html)
- Place of Performance
- Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00112185-F 20020710/020708214501 (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 |