SOLICITATION NOTICE
N -- Replace 2 Cooling Towers-FCI Greenville, IL
- Notice Date
- 2/20/2020 11:16:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FCI GREENVILLE GREENVILLE IL 62246 USA
- ZIP Code
- 62246
- Solicitation Number
- 15B40720Q00000003
- Response Due
- 3/16/2020 12:00:00 PM
- Archive Date
- 03/31/2020
- Point of Contact
- Aaron M Mitchell, Phone: 6186646245, Fax: 6186646398, Adam S. McCammack, Phone: 6186646336, Fax: 6186646398
- E-Mail Address
-
ammitchell@bop.gov, amccammack@bop.gov
(ammitchell@bop.gov, amccammack@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Federal Bureau of Prisons (BOP) anticipates issuance of solicitation 15B40720Q00000003 for the award of a firm fixed-price construction contract, entitle Replace 2 Cooling Towers at Federal Correctional Institution (FCI) Greenville. The contractor awarded this project, for the Federal Correctional Institution (FCI)��Greenville, is responsible for providing all materials, installation, labor for the 2 new Cooling Towers and other equipment as determined by the COR (Contracting Officer Representative). The contractor is responsible for the following:� � � �Removing and disposing of the existing 2 Cooling Towers and Motor Control Center (MCC). � � �Provide and install 2 new Cooling Towers with stainless steel basins that meet our existing� specifications. � � �Contractor may need to modify their new tower support in order to anchor to our existing� concrete foundation per our existing drawings. � � �Provide and install permanently mounted ladders, platform and guard railing for service or repair on each Cooling Tower. ��� �Remove existing Motor Control Center and install a new MCC that meets our existing specifications.� �� �Provide and install new Variable Frequency Drives (VFD's) in the Motor Control Center to operate the new Cooling Tower motors. �� �Remove existing and install a new 600 amp MCC circuit breaker. �� �Remove existing and install 2 new 800 amp chiller circuit breakers. �� �New equipment must be connected into our Building Management System and fully operational. � Contractor shall provide a manufacturer's warranty, signed by an authorized representative of the company. The warranty must validate any repair or replacement of defective materials and labor up to five (5) years at no additional cost to FBOP. Warranty period shall commence upon notification of successful Final Acceptance Testing. The performance period for the project will be 45 calendar days from issuance of the notice to proceed. Pursuant to Federal Acquisition Regulation 36.204, the estimated magnitude of the project lies between $100,000 and $250,000. The solicitation will be available approximately on or about February 11, 2020. The solicitation will be distributed solely through the General Services Administration's (GSA) Contract Opportunities (FBO) website www.beta.sam.gov (formally www.fbo.gov). Hard copies of the solicitation will not be made available. The Website provides download instructions. Any secure/locked documents (if applicable) uploaded with the solicitation will require an active account on beta.sam for access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this websites. Interested parties are responsible for continuously monitoring this website to ensure that they the most recent information about this proposed contract action. The NAICS code for this requirement is 238220 with a Corresponding small business size standard of 16.5 million. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be register in the System for Award Management at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each offeror's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All offerors are urged to double check their SAM registration and update as necessary, including the size metrics information. This is a 100% Small Business set-aside. You must be registered in SAM as a small business for the above NAICs code (reference FAR provision 52.219-1 in the Representations & Certifications section of SAM registration). Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All responsible sources may submit a bid which shall be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/12eeda9b14984d5892f694d58ae92b5b/view)
- Place of Performance
- Address: Greenville, IL 62246, USA
- Zip Code: 62246
- Country: USA
- Zip Code: 62246
- Record
- SN05566754-F 20200222/200220230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |