SOLICITATION NOTICE
Y -- Construction of Federal Correctional Institution
- Notice Date
- 6/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- IFBX000553
- Response Due
- 9/17/2007
- Archive Date
- 9/8/2009
- Description
- This is a Pre-Solicitation Notice. The Federal Bureau of Prisons (BOP) intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for construction of a Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Fresno County, California. The North American Industrial Classification System (NAICS) Code applicable to this project is 236220. Invitation for Bid # X00-0553 is for the second phase of construction of a medium security Federal Correctional Institution and minimum security Federal Prison Camp. Construction of the FPC may be a contract option. All related work must be completed within 652 calendar days after issuance of a notice to proceed. The total building area to be constructed is approximately 25,100 square meters. The Magnitude for this project is more than $100,000,000. Bids documents will be available for this project on or about 08/17/2007. The bid documents will be distributed through the General Services Administrations Federal Business Opportunities website at www.fedbizopps.gov and the Federal Technical Data Solutions website at www.fedteds.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring these sites to ensure you have the most up-to-date information about this acquisition. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. The site will be made available by appointment, for inspection by interested parties. A pre-bid conference is scheduled for 10AM on or about 08/23/07. Exact location of this pre-bid conference will be confirmed at a later date. The work shall not include the buildings and other work on the site which have been constructed to date except to the extent these buildings and systems must function as part of a complete and integrated correctional institution. The work constructed to date includes three General Housing Buildings (32,022 square meters), a Utility Plant (1,281 square meters), an elevated Water Storage Tank, major site utilities which tie the Housing Buildings? systems into the Utility Plant systems and soil improvements for all FCI and FPC buildings. The proposed project in its entirety has been planned to consist of a group of buildings in a ?campus plan? arrangement with related site utilities and site development. The Federal Correctional Institution will have a total gross building area of approximately 55,000 square meters and be designed to house and support approximately 1152 inmates. The Federal Prison Camp will have a gross building area of approximately 3,400 square meters and be designed to house and support approximately 128 inmates. The project site is located within a geographical area which has been identified as having a potential for liquefaction of the soils during periods of seismic activity. This procurement is not a small business set-aside. For consideration on this project the bidder should be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. Participation by small, small-disadvantaged, HUBZone small businesses, woman owned small businesses, veteran-owned businesses, and service disabled veteran-small businesses is encouraged. All responsible sources may submit a proposal which will be considered. Bidders are required to submit a subcontracting plan for this procurement regarding the utilization of small, small disadvantaged, woman-owned small, veteran-owned small businesses, and service disabled veteran-owned small businesses. Faith-based and Community-based Organizations have the right to submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. The proposed services will be obtained by a sealed bid firm-fixed price contract. The contractor must be registered via the Central Contractor Registration (CCR) internet site at http://www.ccr.gov. Telephone requests will not be accepted. No collect calls will be accepted. The contractor will be evaluated and selected for award in accordance with Federal Acquisition Regulation 14.1, and award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in invitation. The point of contact for inquiries and clarifications is Jake Anderson, Contracting Specialist, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-2, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as 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.
- Place of Performance
- Address: Federal Correctional Institution (FCI) Mendota, 47 South Derrick Avenue, Mendota, CA. 93640
- Zip Code: 93640-2050
- Country: UNITED STATES
- Zip Code: 93640-2050
- Record
- SN01327835-W 20070628/070626220511 (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 |