SOLICITATION NOTICE
56 -- Lead Paint Removal/Repaint of USMCFP Springfield Cupola - Project 4LX
- Notice Date
- 6/9/2009
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Justice, Bureau of Prisons, U.S. Medical Center for Federal Prisoners, 1900 W. Sunshine Street, Springfield, Missouri, 65807
- ZIP Code
- 65807
- Solicitation Number
- RFQ41407-0036-09
- Archive Date
- 12/9/2009
- Point of Contact
- Christy D Bruner, Phone: 417-837-1700, Debra J Bennett, Phone: 417-837-1701
- E-Mail Address
-
cbruner@bop.gov, d3bennett@bop.gov
(cbruner@bop.gov, d3bennett@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Federal Bureau of Prisons, U.S. Medical Center for Federal Prisoners, Springfield, Missouri, intends to issue a solicitation with a requirement to remove the existing lead paint off the exterior of the institution's cupola on the top of Building #1 and repaint the cupola with a suitable lead-free paint. The cupola was constructed in 1932. The roof line of Building #1 is approximately 64 feet high and it is approximately 38 feet from the roof line to the top of the cupola. The cupola is constructed of copper clad wood and is approximately 16 feet in diameter at the widest point and very ornate. The place of performance will be at the U.S. Medical Center for Federal Prisoners, 1900 West Sunshine Street, Springfield, Missouri, 65807. This construction project includes the following requirements: Work shall be performed by a contractor having not less than five (5) years successful experience in comparable projects which require OSHA 29 CFR Part 1926.62, Lead Exposure in Construction compliance. Contractors shall employ personnel who have received lead hazardous awareness training for either an accredited lead paint training center or recognized environmental training center specializing in lead hazard training. Documentation shall be submitted for verification. All work performed shall be in accordance with OSHA 29 CFR Part 1926.62, and all other applicable federal, state and local codes, rules and regulations shall be adhered to by the contractor. The contractor shall supply all equipment and materials necessary to perform the work. Work area protection shall be maintained for the duration of the project to protect all individuals and property outside the work area from spray mist, falling debris, residue, etc. The surface preparation method and containment control measures shall be approved by the Government and shall produce the least amount of lead dust and/or fumes. The use of abrasive blasting or gas fired torches is prohibited. Manual surface preparation is required. Complete paint removal to the substrate is required, while protecting the substrate for painting. The proposed paint shall be approved by the Government. Davis-Bacon Wage rates apply to this project. No plans/drawings are necessary for this project. The magnitude of the construction is between $25,000 and $100,000. The North American Industrial Classification System (NAICS 2002) code applicable to this notice is 562910 with a size standard of $14 million. Per FAR 28.102-1(b)(1) payment protection is required for construction contracts between $30,000 and $100,000. This solicitation is restricted to 100% Small Business and is a firm-fixed price contract. A pre-bid meeting/site visit will be scheduled (tentative date for this meeting is June 30, 2009) and attendance is strongly recommended. Further information regarding this meeting will be outlined in the quotation. The Government will award to the responsible contractor whose offer, conforming to the solicitation, is considered to be most advantageous to the Government based on price related factors. The solicitation will be available on or about June 22, 2009, and will be distributed solely through the General Services Administrations Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this solicitation. Hard copies of the solicitation will not be available. The anticipated date for receipt of quotations is on or about July 7, 2009. These dates are subject to change. Security investigations and subsequent clearances issued by the Federal Bureau of Prisons will be required for all staff who perform any contract activity on the property of USMCFP Springfield. Payments will be made using Electronic Funds Transfer (EFT). All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database prior to award. The website for registration is www.ccr.gov. Residency requirements are applicable to this solicitation and will be included as a clause in the solicitation. Per 52.212-3, an offeror may complete their representations and certifications via the Online Representations and Certifications Applications (ORCA) at http://orca.bpn.gov. If not completed online, a hard copy is mandatory. Faith-Based and Community Based Organizations have the right to submit offers/quotes equally with other organizations for contracts. The point of contact for all information regarding this solicitation is Christy D. Bruner, Contract Specialist at the email cbruner@bop.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/41407/RFQ41407-0036-09/listing.html)
- Place of Performance
- Address: US Medical Center for Federal Prisoners, 1900 W. Sunshine Street, Springfield, Missouri, 65807, United States
- Zip Code: 65807
- Zip Code: 65807
- Record
- SN01839645-W 20090611/090609235103-9009ff097e37482e6def2728e9b68a9d (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 |