AWARD
56 -- FCI FORT DIX EMERGENCY ROOF DAMAGE REPAIR; WINTER-WIND STORM JANUARY 09-10, 2024
- Notice Date
- 1/31/2024 5:21:58 AM
- Notice Type
- Award Notice
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FCI FORT DIX FORT DIX NJ 08640 USA
- ZIP Code
- 08640
- Solicitation Number
- 15BFTD24P00000114
- Archive Date
- 01/14/2025
- Point of Contact
- ARTURO APONTE BERRIOS, Phone: 60972311005162
- E-Mail Address
-
AAPONTEBERRIOS@BOP.GOV
(AAPONTEBERRIOS@BOP.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Award Number
- 15BFTD24P00000114
- Award Date
- 12/30/2024
- Awardee
- CRS ROOFING SYSTEMS, LLC Katy TX 77449 USA
- Award Amount
- 225000.00
- Description
- INTRODUCTION The Federal Correctional Institution (FCI) located at Fort Dix, New Jersey, intends to make a single award to a responsible entity for the repair or replacement of EDPM Roofing on select buildings and other storm damage repairs as set forth in this solicitation/contract. The Government reserves the right to award without discussion and to make a single award. Therefore, each initial quoted should contain the best terms from a cost or price standpoint. PLACE OF PERFORMANCE FCI Fort Dix 5755 Hartford Road Joint Base MDL, NJ 08640 SCHEDULE OF DELIVERY PERFORMANCE The contractor will provide all labor, material and equipment necessary to remove, replace and/or repair the EPDM roofing, dens deck, insulation, fascia, to include all wood nailers, flashings, terminations, anchors, gutters and downspouts. The roofs received storm related damage due to high winds. All work is to be performed in accordance with specifications and drawings prepared by STV Incorporated unless otherwise noted to include but not limited to updates in building codes and wind shear requirements. The roof repair and /or replacement will be conducted on the following roofs: Building 5741 -Repair Building 5831 -Repair Building 5741 is considered to be in a high wind shear area and repairs should meet or exceed those requirements set forth by industry standards. The following buildings will require repairs and/or replacement to the fascia, flashing, gutters, and downspouts. The roofs upon visual inspection appear to be intact: Building 5811 Building 5812 SCHEDULE OF PERFORMANCE Working hours are Monday thru Friday 7:00AM-3:00PM to exclude federal holidays except during emergencies. Any work required to be completed at any other time than noted above must be requested in writing to the Contracting Offic r's Representative (COR). The COR will review any request for a change in schedule and make a determination. It shall be the responsibility of the Contractor to familiarize himself, his employees, and any subcontractors of the working hours and conditions in the correctional facility, as working hours may not constitute a full eight-hour work day. The Government assumes no responsibility to the Contractor nor to any subcontractors for shorter hours due to i stitutional emergencies or entry and/or exit of workers necessitated by normal institution routines. Contractors should plan for a minimal amount of time accrued for security considerations, i.e., movement through the secure entrance to the work site, delays due to inmate movement, institution lock-down, institutional emergencies, tool inventories checklist, and material loading and unloading. In the event of an institutional emergency, the Contractor will be instructed to secure all work, secure and stow all tools, equipment and materials, and the Contractor will be escorted out of the institution. Work will be allowed to resume once the institution emergency passes. INSTITUTION SECURTIY Contractor employees working at the FBOP institution will be subject to a background investigation after award of the contract. Contractor employees must complete all applicable forms provided by the FBOP. Following the investigation, the FBOP will provide the Contractor with a list of employees cleared to work at the institution. If a Contractor's employee is not cleared, that fact will only be communicated to the Contractor. No additional justification will be released. The contractor and their construction staff awarded the project will be required to attend a four (4) hour orientation and security procedures training. The contractors and any subcontract staff are required to attend. This training must be accomplished prior to any contract or subcontract employee being granted access to federal property to start work. All contractors/subcontractors will be issued and required to wear a picture ID/contractor badge provided by the institution. For security reasons, the badge will be worn in a visible manner as directed by the Contracting Officer's Representative. All contractors and subcontractor employees will provide a check list of all employees on site each day to the COR, verifying the number of workers on site each day and that all workers are approved to be on site. The Contractor agrees to adhere to all regulations as outlined in HSPD-12 (Homeland Security Presidential Directive), agrees to adhere to all regulations prescribed by the institution for safety, custody and conduct of staff, contractor workers and inmates. The Contractor may at any time be removed from the institution grounds at the discretion of the Warden. DELILVERY OF MATERIALS All construction related equipment and materials required for the contractor to work on this project will be processed by the contractor and delivered to the contractors approved storage area. Any construction related deliveries which are delivered on site, can be received by the contractor Monday through Friday, excluding Federal Holidays between the hours of 7:00AM - 3:00PM. The contractor will be required to notify the COR when a delivery is scheduled and a contractor representative must be present at time of delivery. Under no circumstances will institutional staff be responsible for the acceptance of any Contractor or company deliveries. The contractor shall be responsible for providing their own means of loading and unloading materials and/or equipment. All materials that enter the secure institution will have to be placed on a pallet and scanned through an xray machine to ensure no contraband is present before proceeding to enter the secure area(s) of the institution. This step will be conducted during the normal working hours and could delay entrance to the secure institution. The contractor should plan accordingly on days material(s) are required to enter the secure institution. DESCRIPTION OF BUILDING ROOF All work is to be performed in accordance with specifications and drawings prepared by STV Incorporated unless otherwise noted to include but not limited to updates in building codes and wind shear requirements. All materials specified by STV Incorporated must be brand name or an equal product. Should the contractor choose to submit an equal product, you must submit all technical specification of the equal product to be analyzed and a technical determination issued with acceptance/non-acceptance. Building 5741 -Building Type ""B"" Roofing Plan Building 5831 -Building Type ""E"" Roofing Plan Repairs as specified by the institution will not receive a full replacement of materials, rather the minimum amount of viable material to make the roof back to specifications previously set forth. REMOVAL OF EXISTING BUILDING ROOFING The contractor will be responsible for removal and disposal of all materials in accordance with all Federal, State, and local applicable laws. An open top dumpster(s) provided by the contractor can be utilized daily at the building site if work area is suitable for such equipment. The dumpster will have to remain in a secure area accordingly to policies prior to full removal off of institutional grounds. TESTING AND INSPECTION AND WARRANTIES: The contractor at a minimum shall meet manufacturer recommendations, and industry standards set forth in accordance with all federal, state and local regulations. Upon the completion of the installation, the contractor will inspect the end product for sign-off performance to the satisfaction of the Contract Officer Representative (COR). The contractor will provide at a minimum a two (2) year warranty on all work performed and a minimum of a fifteen (15) year warranty on all products from the manufacturer. If the manufacturer warranty does not meet the fifteen (15) year minimum warranty requirement, the contractor must provide an approved replacement product to meet obligations or absorb the warranty requirements set forth in this contract award. STORAGE OF TOOLS, MATERIALS, AND EQUIPMENT All contractor tools shall be inventoried prior to entrance and exit from the institution daily. Any contractor materials, tools, and/or equipment that will be required to be brought on site for an extended period of time to expedite the project completion shall be permitted to be stored in a previously approved location agreed upon by the Contract Officer Representative and the contractor. DEFINITIONS The Contract Officer (CO) executes the contract on behalf of the Government; this shall include a duly appointed successor. The Contracting Officer is the only official authorized to administer, modify and/ or terminate the contract. The Contracting Officer makes related approvals, determinations, and finding pertaining to the contract and is the only individual on the project staff who can obligate funds on behalf of the Government. The FCI shall ensure a Contract Officer's Representative (COR) is present to allow access to all areas by the contractor. The COR will be located at the project site and has overall responsibility for the administration of the operations and activities at the project site. The COR represents the Contract Officer for all technical matters that arise under the contract. The COR will evaluate the contractors performance and prepare a performance report at the end of the contract. The Contract Officer Representative (COR) shall not, and has no authority to re-delegate authority to any other person, change or modify any terms of the contract, obligate the payment of any money by the Government and/or cause the contractor to incur cost not otherwise covered by the contract. The contractor shall provide to the Contract Officer Representative, (3} three copies of the safety data sheet (SOS} on all materials and substances that may be used during the course of the project. In the event the Institution Safety Manager does not approve the material, it shall be the responsibility of the Contractor to locate and procure an alternative product. OTHER CONSIDERATION The FCI shall ensure a representative is present to allow access to all areas by the contractor. Contractor performance will be monitored. It is the contractor's responsibility to repair and/or replace any Government property damaged by contractors/subcontractors employees. Damage will be corrected and restored to previous condition at no cost to the Government. Contractor wi11 NOT be a11owed to bring cell phones, cameras, weapons or any other objects that violate criminal laws or are prohibited by Federal regulations or Bureau of Prisons policies on institution grounds. If use of a telephone is required in case of an emergency, the Government will provide a phone line for use. Contractor will be permitted to wear jeans in the institution, however, shorts, green or khaki-color clothing will not be allowed. The clothes will be proper and suitable for the services being provided. It is recommended that Contractor employees bring their lunch into the institution. Contractor employees will be permitted to exit the institution at any time while during normal institution operations. Consideration to reentry access is advised as it can significantly impact performance. Depending on institutional operations, re-entry may be encumbered due to various reasons to include, but not limited to; BOP escort staff not availability, security processing times, institution emergencies, etc. Federal smoking policy on Federal property states that smoking is only allowed in outdoor designated areas. This policy will be strictly enforced. Any contractor employees who will require departure of the institution due to an incurred injury while performing prescribed work will be allowed to do so. However, the primary contractor shall be responsible to dispatch another institution authorized replacement as soon as reasonably possible to compete the necessary work. All work shall be carried out in such a way as to cause minimal interference in the normal operations of the institution. Contractor and subcontractor employees shall comply with all institution regulations regarding safety and security. The COR or Contracting Officer may, if circumstances dictate, instruct the Primary Contractor to remove a particular assigned employee if he or she demonstrates, or is found, to be incompetent, careless, insubordinate, unsuitable, or in essence unprofessional in the delivery of contracted services and whose continued assignment to work at the institution would be deemed contrary to the security of the institution. The Contractor shall be responsible for removing all waste from the institution grounds and disposing of in accordance with all federal, state, and local regulations. _______________________________________________ JUSTIFICATION FOR OTHER THAN FULL A.ND OPEN COMPETITION REPAIR STORM DAM.AGE FCI FORT DIX, NEW JEIRSEY B&F PROJECT 2422 .zs Pursuant to the Federal Acquisition Regulation (FAR) S ubpar�: 6.302-2(a) (2) and 6.302-2 (b) (1) & (2), and the Bureau of Prisons Acquisition Po]:icy (BPAP) Part 6.3O4(a), the Federal Bureau of Prisons (BOP) has determined that the pro:urement of Repairs to the Housing Unit Roofs meets the criteria established for other than full and open competition. It is further determined that the circumstances of this requirement are of unusual and compelling urgency that preclude competition, and that delay in award of contract would result in serious injury, financial or other, to the Government. This limitation on competition is justified as supported by the following informc.tion: Agency: Department of Justice Federal Bureau of Prisons Federal Correctional Institution Fort Dix 5755 Hartford Road Joint Base MDL, N.J. 08640 Nature and/or description of action being approved: This action is for the acquisition of emergency repair:; to housing unit roofs from storm related damage. Description of supplies or services recmired.tc nget tl mcy needs: During the dates of 01/09/2024 through 01/10/2024 FCI Fort Dix experienced a weather related storm causing severe damage to several housing unit roofs and other damage to building that affect the buildings � xte ndecl use if not corrected. The repair cost is expected not to exceed $225,000.00. Statutory authority permitting other than fu.U.a1}! oi,en competition: 41 U.S.C. 3304 (a)(2) and FAR 6.302-2 (a)(2). When the agency's need for the supplies or services is of such an unusual and ceimpe1ling urgency that the Government would be seriously injured unless the agency is per11itted to limit the number of sources from which it solicits bids or proposals, full a1d open competition need not be provided for. Determination that proposed contractoir's uni,il!U? qlllalifications or the nature of the acquisition requires use of the authorttx cit d: Due to urgent need of repairing roofs to prevent further water irtrusion, freezing conditions in the ceilings, and safety and se,::urity of the institution. The winter season night time temperatures drop below freezing for approximately the next 4 months. Efforts made to solicit from as many sources a:5LJtJ]tcticable htcluding whether or not a notice was or will be publicized as r� .Q.!llirgd by� FAR E'art. 5.2: Due to the urgent and compelling nature of this re;:iuirement, there is not sufficient time to post this requirement to the Federal Bm:iness Opportunitfes (FBO) website to obtain competition. Contracting Officer's determination that the �osJJ;p the- GovEtrnment will be fair and reasonable: Prices will be analyzed by the Contracting Officn wit the ::1ssist.rnce of the Facilities Manager, and the Business Office Accountant in order :o det:erm:ne price reasonableness at time of invoice. Description of the market survey conductedl Due to the urgent and compelling nature of this re1uir2rne11t, thne is not sufficient time to conduct a formal market survey. Other Facts Supporting the Use of Other ThanJnll arnd_OperiCompetition: None. List of Sources. Expressing in Writing, lntere ;11:_in_the Acquis i1:ion: No other sources were sought due to the ur..usu.,iltn d compelling nature of request. Actions Taken by the Agency to Remove or Overcome B.arrier ; to Competition: Future Acquisitions will be competed when prai ti,:abl1 . Contracting Officer's Certification: I hereby certify that the above justification is aci:u:�ate and complete to the best of my knowledge and belief. Approved By: ARTURO APONTE- Berrios Contract Specialist F.C.I. Fort Dix Digitally signed by ARTURO APONTE- BERRIOS Date: 2024.0l)1a.3t�20 10:46:58 -05'00' Cost Center Manager's Certification: I hereby certify that this justification and the su:iporting d,,ta Fm :he certification are accurate and complete to the best of my knowled51 :rnd belid. Approved By: Jamey F. Kruskie Facilities Manager F.C.I. Fort Dix
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2018bb5bfa534c24959df5d9be61a40c/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08641, USA
- Zip Code: 08641
- Country: USA
- Zip Code: 08641
- Record
- SN06950347-F 20240202/240131230044 (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 |