Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2005 FBO #1452
SOLICITATION NOTICE

J -- Replace Water Control System

Notice Date
11/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361
 
ZIP Code
08361
 
Solicitation Number
RFQ20403-0004-06
 
Response Due
11/28/2005
 
Archive Date
5/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ20403-0004-06. The North American Industrial Classification System Code (NAICS) is 238220. The small business size standard is $12.0 million. This acquisition is a 100% Small Business Set Aside. The Government intends to make a single award to the responsive/responsible quoter who submits the lowest-priced technically acceptable offer. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. STATEMENT OF WORK The Federal Bureau of Prisons (FBOP), Federal Correctional Institution (FCI) located at 655 Fairton-Millville Road, Fairton, New Jersey, 08320 is requesting quotations for the replacement of the existing water treatment control system with a new Allen Bradley or an approved equal control system and repairs to existing piping in the water treatment plant as indicated in this statement of work. The services will be performed at the Federal Correctional Institution (FCI) Fairton, New Jersey. The working hours for these services will be regularly scheduled for five (5) days a week, Monday through Friday, with the exception of Government Holidays and weekends. Each work day will be between the hours of 7:00 a.m. - 3:30 p.m. Due to the nature of the correctional settings, delays in performance of work may be expected. Such delays may include, but are no limited to, inclement weather, electrical and/or mechanical problems, or other security related matters. Also, all tools and trash are to be secured and removed daily. The job will be monitored by a representative of the Facility Department. Related work in this statement of work includes necessary testing to ensure compliance with all applicable local, state and national codes and laws. The contractor will observe all safety regulations (i.e. OSHA, NFPA) and Government security regulations. The performance of these services will also be verified by the Contract Specialist or the designated COTR for this project. The FBOP reserves the right to suspend, limit or revoke the Contractor's privileges at the FBOP facility due to violations of security procedures. The Contractor shall perform all work in compliance with all applicable local, state and national codes and laws. The FBOP will provide access to the work area of the building. The Contractor will be responsible for proper tool and equipment control and sanitation of the assigned areas. The areas assigned to the Contractor must be cleaned up/picked up daily. The Contractor will report to work at the designated time and follow all rules related to contract staff and security of the institution. The Contractor will not be permitted to wear inmate colored clothing at the institution. The Contractor shall wear clothes that are proper and suitable for the area they will be working in. Contractor employees are prohibited from wearing khaki or green clothing of any type as this is the color clothing the inmate population wears. The Contractor shall provide all materials, labor, equipment, services, supervision, and tools, necessary to replace piping and the water control system in the water treatment plant at the FCI. The Contractor will be responsible for delivery of all materials, components and accessories to the site. The Contractor will: Provide shop drawings. The drawings shall be submitted in electronic form compatible with AutoCAD Release 2002. Existing water treatment control drawings shall be provided. Provide all materials and labor for replacement of existing piping and new control system in the water treatment plant. All materials provided by the contractor shall be new. The contractor will provide the following: Replace the existing controls / water meter with a PLC based system using solenoid valves in conjunction with new pneumatically actuated butterfly valves. The control system will include a new flow instrument to monitor water usage to the softener. The PLC will control all functions of the regeneration including the brine tank refill. Regeneration will be initiated automatically or manually. The new system will include I/O capacity for future automation of the calcite filtration system. A flow meter and flow sensor will be supplied to monitor flow and softener water usage. Replace the existing valve nests with pneumatically actuated butterfly valves and CPVC Schedule #80 pipe and fittings. Piping shall be as per the present configuration. Interconnection piping between the softeners and filters will not be changed. Install on the existing brine tank level switches and a solenoid actuated suction/refill valve. The brine tank will be fitted with two level switches. The lower switch will control the draw down volume of brine and the upper switch will be used to refill the brine tank with water. These switches will provide inputs to the PLC which in turn will control a solenoid valve mounted on the brine tank. The delivery and performance information is as follows: Once contract is awarded, work will proceed within (10) ten working days. In order to avoid shut down of the domestic water supply to the facility, the shut down of the water treatment system for the upgrades can not exceed 6 hours. CLAUSES AND PROVISIONS This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular 2005-06, and may be viewed or downloaded by accessing the website at: http://www.arnet.gov. 52.212-1, Instructions to Offers - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965, As Amended 52.222-42, Statement of Equivalent Rates for Federal Hires 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation JAR 2852.201-70, Contracting Officers Technical Representative (COTR) JAR 2852.223-70, Unsafe Conditions Due to the Presence of Hazardous Material Department Of Justice (DOJ) Contractor Residency Requirement - BOP Clause (June 2004) SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer: 1) The Request for Quotation Number - (RFQ20403-0004-06) 2) Schedule of Items 3) Price Quote to include any prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Questions regarding this combined Synopsis/Solicitation must be emailed to KNeill@bop.gov. Quotations are due no later than 2:00pm on Monday, November 28, 2005. Quotes may be faxed to (856) 453-4194, Attention: Keith Neill, Contract Specialist.
 
Place of Performance
Address: 655 Fairton-Millville Rd., Fairton, New Jersey
Zip Code: 08320
Country: US
 
Record
SN00932092-W 20051117/051115211635 (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 |
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.