Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2020 SAM #6674
SOLICITATION NOTICE

N -- Replace Food Service Hood System-FCI GREENVILLE

Notice Date
3/6/2020 7:54:49 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FCI GREENVILLE GREENVILLE IL 62246 USA
 
ZIP Code
62246
 
Solicitation Number
15B40720Q00000004
 
Response Due
3/23/2020 4:00:00 AM
 
Archive Date
04/07/2020
 
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
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICTATION OF INVITATION FOR OFFERORS TO SUBMIT QUOTATIONS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (BOP) anticipates issuance of solicitation 15B40720Q00000004 for the award of a firm fixed-price construction contract, entitle Replace Food Service Hood System-FCI Greenville. The contractor awarded this project, for the Federal Correctional Institution (FCI) Greenville, is responsible for providing materials, installation, labor and certification for a new Hood Vent System as determined by the COR (Contracting Officer Representative) .�� The contractor is responsible to for the following: The contractor shall provide and install a kitchen fire suppression system designed for current appliance arrangement at FCI Greenville and be certified to perform the work d,escribed below in accordance with NFPA 17A standards. The Institution has in place 8 Hood Systems that will be upgraded in FCI Food Service and FPC Food Service Areas. This System must meet the requirements of NFPA 17A, NFPA 96, UL300, as well as state and local codes. The (6) existing hood systems at the FCI Food Service Area (secured perimeter) are as follows: (1) 4'W x 10'L Inmate Serving Area (2) 3'-6"" W x 15'-4""L Deep Fryer Area (3) 3'-11 "" W x 18'L Tilt Skillet Area (4) 3'-6"" W x 11'-8"" L Bakery Area (5) 3'-6"" W x 8'-9"" L Common Fare Area (6) 1'-9"" Wx5' L Staff Dining Area The (2) existing hood systems at the FPC Food Service Area (outside secured perimeter) are as follows: (1) 3'-9"" W x 8' L Inmate Serving Area (2) 8'-7"" W x 22'-6"" L Griddle Area & Kettle Area To comply with NFPA codes and regulations, this proposal includes the purchase and installation of a wet chemical fire suppression hood system at all grilles, fryers and other grease producing equipment located in the FCI and FPC Food Service department. This is to include areas of the staff dining areas. This system must be a AN SUL type R 102 fire suppression or equivalent system for each of the above listed kitchen hood systems. This system will be capable of automatic detection and actuation as well as remote manual actuation. It will be capable of interface with automatic shutdown of electrical, gas and mechanical shut-off applications. It will be equipped with remote manual pull stations, and be compatible with all equipment alarms, warning lights, etc. currently installed. System will be supplied with the appropriate number and sizing of the wet chemical storage tanks at each Location. These tanks, and the system in general, will be installed and serviced by authorized and trained professionals per manufacturer's recommendations. The wet chemical agent is a mixture of organic salts designed for rapid flame knockdown and foam securement of grease related fires. The tanks are typically provided in a plastic container, and stored in a stainless steel enclosure or wall bracket. Tanks come in different sizes to meet the proper application for the equipment it is protecting. The system will comply with NFPA 96, Standard for the Installation of Equipment for the Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment) and NFPA 17A (Standard on Wet Chemical Extinguishing Systems). It is also UUULC Listed, CE Marked, and meets or exceeds other minor codes and regulations. Upon completion, a post construction certification will need to be conducted for Life Safely concerns. This system will require a test and certification that meets all requirements of NFPA 17A, NFPA 96, UL300, as well as state and local codes. This inspection will be conducted by the same licensed contractor. The Institution shall be responsible for the following tasks: - Install system gas valves if required by system, manufacturer specifications and applicable code. - Removal and disposal of existing sprinkler pipe and nozzles and fire dampers from the Hoods. The performance period for the project will be 35 calendar days from issuance of the notice to proceed. Pursuant to Federal Acquisition Regulation 36.204, the estimated magnitude of the project lies between $25,000 and $100,000. The solicitation will be available approximately on or about March 25, 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/0902a618f885497693eb40dda596fc57/view)
 
Place of Performance
Address: Greenville, IL 62246, USA
Zip Code: 62246
Country: USA
 
Record
SN05581933-F 20200308/200307085918 (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 |
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.