Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2024 SAM #8305
SOLICITATION NOTICE

Y -- Y--MBCI Detention Center Fencing

Notice Date
8/21/2024 11:17:29 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
EASTERN REGION NASHVILLE TN 37214 USA
 
ZIP Code
37214
 
Solicitation Number
140A1524R0007
 
Response Due
9/4/2024 2:00:00 PM
 
Archive Date
11/01/2024
 
Point of Contact
Andrew Rhoades
 
E-Mail Address
andrew.rhoades@bia.gov
(andrew.rhoades@bia.gov)
 
Description
THIS IS A SOURCES SOUGHT/PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS OR INVITATION FOR BID. THERE IS NOT A SOLICITATION AT THIS TIME. The Department of the Interior, Bureau of Indian Affairs, Eastern Regional Office is seeking Indian Owned Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) for a fencing project at the Choctaw Agency Detention Center located in Philadelphia, MS. Qualified contractors capable of performing construction services under a product service code (PSC), Y1FF - ""Construction of Penal Facilities"" are sought. Bureau of Indian Affairs will refer to this procurement as Choctaw Detention Center Fencing. We anticipate issuing a solicitation within fifteen days after publication of this notice and awarding this contract within 45 days from the solicitation closing date. The selected contractors will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform the services described in the drawings and specifications for each individual project. Bureau of Indian Affairs anticipates a firm fixed-price contract will be awarded as a result of the potential solicitation. The total price for this contract (disclosure of magnitude) will be between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this proposed action is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45,000,000.00. It is requested that interested Indian Owned Economic Enterprises and Indian Small Business Economic Enterprises submit a response in order to demonstrate the ability to perform the services described. All responses should include: (1) Information on past projects. For general construction projects, submit a minimum of three projects and a maximum of 8 projects. All projects must have been completed in the past five years from the response date for this notice. (2) In addition to the above items, you may also submit a capabilities statement for review (no page limitation on this, brochures are acceptable), but it is not required. (3) Information or comments on the planned work listed and starting in Section 1, ""Project Information"" below. This sources sought notice is a market research tool only. Responses will be used to determine the extent to which this requirement will be set aside for small business. Upon review of industry response to this sources sought notice, the Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for, or award, a contract. The Government will not provide debriefs on the results of this research. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NO LATER THAN September 4, 2024, at 5:00 PM (ET). The package shall be sent via electronic mail (e-mail) to Mr. Andrew Rhoades / andrew.rhoades@bia.gov 1. Project Information: a. Project Location: John Smith, Justice Complex Center. 125 River Ridge Circle, Philadelphia MS 39350 b. Project Description: Choctaw John Smith Justice Complex Center; comprises the Choctaw Detention Center and the Choctaw Judicial Center, and request install a new perimeter fence, vehicle and pedestrian gates, control panel and a perimeter detection system. 2. Scope of Work: a. The contractor shall provide all services, materials, labor and installation required to perform the work described in this SOW, i.e. Choctaw John Smith Justice Complex Center, perimeter fence, vehicle and pedestrian gates, control panels and a perimeter detection system. b. Work shall include but not limited to the following: c. Perimeter fencing for the Detention Center: i. Provide and install perimeter fencing. ii. Install approximately 2,535 linear feet of fencing. 1. This includes an outer perimeter fence and (2) separate interior fences, attached to the existing building to provide secure inmate area. Fencing areas are designated on appendix A, Choctaw Fencing Diagram. 2. Each fencing system installed will have their own separate Run of Concertina (razor) wire, installed on top of each perimeter fence. 3. Fencing will consist of 12 foot high, Nylon coated with 3 Horizontal support rails, and fencing will be 9-gauge wire. d. Perimeter fencing for the Judicial Center: i. Provide and install perimeter fencing. ii. Install approximately 645 liner feet of fencing, fencing area is designated on Appendix A, Choctaw Fencing Diagram. iii. This fencing system will have 3 strands of barbed wire attached on top of fencing. iv. Fencing will consist of 12 foot high, Nylon coated with 3 horizontal support rails, and fencing will be 9-gauge wire. e. Supply and installation of new vehicle slide gates, pedestrian swing gates, all conduit pathways, communications wires and control stations for the Detention Center: i. Provide and install three new vehicle slide gates ii. Provide and install one new pedestrian swing gate. iii. Provide and install one new detention grade pedestrian gate lock iv. Provide and install all the needed conduit pathways, and associated communications wires. 1. This includes underground, building penetrations, and above ceiling to the control center. v. Provide, install and terminate the new control panel. f. Supply and installation of new vehicle slide gates, pedestrian swing gates, all conduit pathways, communications wires and control stations for the Judicial Center: i. Provide and install two new vehicle slide gates 1. Install two vehicle exit loops in the asphalt roadway 2. These loops will provide free egress for personnel leaving the facility. ii. Provide and install one new pedestrian swing gate. 1. This gate will have pedestrian card readers on both sides. iii. Provide and install a new self-contained card access system. 1. Provide and install all the needed conduit pathways, and associated communications wires. 2. This includes underground, building penetrations, and above ceiling to the control center. iv. Provide, install and terminate the new control panel. This will be incorporated into the same new control panel for the detention center. g. Supply and install Perimeter Fence detection system: i. Provide and install a new Flexzone Perimeter Detection System. 1. This system will be installed on the new inner fencing that will create the secure area at the buildings for the inmates. 2. Control station will be in the same area as the new gate control panel. 3. Contract Responsibilities: a. Contractor shall verify all site conditions, quantities, measurements, and project requirements b. Contractor shall be responsible for damaging any existing utilities while digging underground, Contractor must make sure lines are marked before digging. c. Contractor shall provide system Operation and Maintenance, and other necessary documents for each system installed, to the designated POC and provide training to the Facility and staff on operation and maintenance of the new systems. 4. Utilities: a. The Justice center shall provide at no cost to the contractor reasonable amounts of water and electricity to support the contract. Hook up will be to existing electrical outlets and existing water shut off valves and will be the contractor's responsibility. b. The site will need to identify and supply individual power circuits required for the gate operators, and these circuits must be in the emergency generator back up panel. 5. Disposal of material and Cleanup: a. The contractor shall not use any Justice Center disposal bins, dumpsters or trash receptacles for any reason at any time. If disposal bins/trash receptacles are needed the contractor shall provide the appropriate receptacle. Approval for location of the disposal bins/trash receptacles shall be coordinated with facility POC. The contractor shall cleanup work site daily and dispose of all debris to an appropriate bin or receptacle. 6. General Requirements: i. Work hours: Monday-Friday 08:00 AM-04;30 PM. Coordinate work hours with POC, ____________. If weekend work is required or after hours, the contractor shall coordinate with POC and request approval 48 hours in advance. b. Contractor shall check in daily with POC who will allow access to the project site. c. Choctaw Detention center shall provide security escorts for contractor employees when work area is accessible to inmates. ***SEE ATTACHMENT FOR LAYOUT***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79626927e12d46b1abf9c1c5785a1b3a/view)
 
Record
SN07179882-F 20240823/240821230124 (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.