Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2013 FBO #4214
SOLICITATION NOTICE

Z -- ROOF AND ALUMINUM REPAIR AT DAYTON MANOR STAFF HOUSING

Notice Date
6/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238170 — Siding Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Fort Dix, Bldg. 5756, Hartford Road, PO Box 38, Fort Dix, New Jersey, 08640
 
ZIP Code
08640
 
Solicitation Number
RFQP02021300014
 
Archive Date
7/9/2013
 
Point of Contact
Douglas M. Reed, Phone: 609-723-1100 EXT 5162, Hani R Barsoum, Phone: 609-723-1100 EXT 5134
 
E-Mail Address
d3reed@bop.gov, hbarsoum@bop.gov
(d3reed@bop.gov, hbarsoum@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, FCI Fort Dix Northeast Finance Center in Fort Dix, New Jersey 08640, intends to make a single award for the provision of roof and aluminum repairs at Dayton Manor Staff Housing, located at 9315 Fort Hamilton Parkway, Brooklyn, New York, 11209. It is anticipated that this RFQ will result in the award of a single contract. Award will be made to the responsible quoter who submits the most advantageous offer to the Government. Contractor will repair to the existing EPDM roof system and aluminum fascia on the bulkheads and parapet walls at Dayton Manor Staff Housing, Brooklyn, New York. The objective of this task is to repair the roof and bulkhead and parapet walls for Dayton Manor Staff Housing so that it will not fail to maintain a watertight roof system and to prolong the remaining life of the roof so as to reduce overall life cycle cost associated with the performance of the system. The repairs must be in compliance with the Federal Bureau of Prisons (FBOP) design guidelines and installed in accordance with Federal, State and Local codes and manufacturer's specifications. The successful contractor shall provide all material, labor, equipment, supervision, tools, transportation and materials needed for the repair of the roof. The estimated magnitude of this project is between $10,000 and $30,000. This project is a total 100% small business set aside. The NAIC code for this requirement is 238170 which contain a size standard of $14.0 million. The period of performance is 90 calendar days from the notice to proceed. All other qualifications and requirements will be detailed in the solicitation. The solicitation will be available on or about June 10, 2013 and will be distributed solely through the General Services Administration's 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 acquisition. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. The anticipated date for receipt of quotes is on or about June 24, 2013. The solicitation will be set aside for all small businesses. All potential quoters are advised that this solicitation includes the clause FAR 52.212-4 for Commercial Items at, paragraph (t) requires all contractors doing business with the Federal Government to be registered in the System for Award (SAM), which incorporated the Central Contractor Registration (CCR) database. Quoters should include their Data Universal Number System (DUNS) number in their quotes. The website for registration is www.SAM.gov. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. Faith-Based and Community Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/21451/RFQP02021300014/listing.html)
 
Place of Performance
Address: 9315 Fort Hamilton Parkway, Brooklyn, New York, 11209, United States
Zip Code: 11209
 
Record
SN03082377-W 20130608/130607000822-fe5700809a4b60ddd0767a349e0a74bb (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 |
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.