Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2016 FBO #5189
SOURCES SOUGHT

Z -- Market Research Utility Tunnel Repair

Notice Date
2/5/2016
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Danbury, 33 1/2 Pembroke Road, Danbury, Connecticut, 06811
 
ZIP Code
06811
 
Solicitation Number
RFI02031600001
 
Archive Date
2/1/2017
 
Point of Contact
Karin McMahon, Phone: 2033125305, Donnie Lui, Phone: 203-312-5308
 
E-Mail Address
kmcmahon@bop.gov, dlui@bop.gov
(kmcmahon@bop.gov, dlui@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities to provide services as specified below. The Federal Bureau Of Prisons is performing this market research to aid in the development of its acquisition approach. The Federal Bureau of Prisons is seeking to identify companies with the capacity, experience and interest in competing for a Utility Tunnel repair. The work includes but is not limited to: The contractor shall furnish all labor, equipment, tools, supervision, transportation, services, cleaning debris etc., required to complete the repair and reinforcement of the concrete ceiling. The facility will supply all the materials to the contractor. A structural analysis was conducted on approximate 200 sqft (10' W x 20' L) tunnel ceiling slab underneath the AW complex. This analysis was based on conditions found by coring the slab (6") and the 1938 construction documents. The analysis indicated that the slab cannot safely support heavy live loads. This area has to be reinforced according to the attached drawings and specifications. At this location, Steam, Condensate, Water and communications lines are run along the north side of the tunnel on pipe racks. Also abandoned electrical conduits are mounted on the south side wall. There are some sections of spalled concrete and exposed welded wire fabric reinforcement in the bottom of the ceiling slabs along with a concrete encasement, which is approximately 3' x 8' (Metal). The nearest entrance to this work location is at the Power plant, which is approximately 200' away through the tunnel. The contractor shall install additional supports (10' W x 20' L) at the above stated location according to the plans attached. The column heights will vary. The contractor shall clean and remove any loose material from the tunnel ceiling including the corroded concrete encasement. All exposed welded wire fabric shall be cleaned and painted with a rust inhibiting primer and the concrete surface shall be repaired with a patching mortar (1" thick). Once the mortar becomes cured, this ceiling slab should be reinforced by wide flange steel beams and columns, W6x12. A firm fixed price type contract is anticipated to fulfill this requirement. This is a sources sought notice to identify companies that possess the capacity, experience, and interest in competing for this requirement. The North American Industry Classification Standard (NAICS) code for this procurement is 238110, Poured Concrete Foundation and Structure Contractors. The contract term will be for a performance period of 45 calendar days. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, interested parties are invited to respond to this sources sought by submitting a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the contrator's qualifications to perform the defined work. Please note that your submittal shall not exceed five (5) pages. PAGES IN EXCESS OF THE FIVE (5) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than February 16, 2016 to the Supervisory Contract Specialist, Karin McMahon via email at kmcmahon@bop.gov. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (6) CAGE Code. B. RELEVANT EXPERIENCE. Include experience in performing projects of similar value, size, and scope within the last five (5) years. (1) Brief summary of work performed, (2) Indication of whether you acted as the prime contractor or sub-contractor, (3) Point of Contact reference for work performed to include name, phone and email (4) Contract period of performance and contract value. C. PHASE-IN. The Government is contemplating a minimum phase-in time of thirty (30) days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on D. ADDITIONAL INFORMATION, if any, that the responders believe to be relevant to this requirement. Questions or comments regarding this notice may be addressed in writing to Karin McMahon via email at kmcmahon@bop.gov NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR'S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. We appreciate your interest and thank you in advance for responding to the Market Research Questionnaire/Request for Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20302/RFI02031600001/listing.html)
 
Place of Performance
Address: Federal Correctional Institution, 33 1/2 Pembroke Rd, Danbury, Connecticut, 06811, United States
Zip Code: 06811
 
Record
SN04012223-W 20160207/160205234623-f648d7b0b2514212e0fb63151b0c82d8 (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.