Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOLICITATION NOTICE

Z -- Upgrade Elevators at MDC Los Angeles

Notice Date
3/5/2025 12:44:30 PM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA025B00000015
 
Response Due
4/2/2025 11:00:00 AM
 
Archive Date
04/17/2025
 
Point of Contact
Krista Sua
 
E-Mail Address
kxsua@bop.gov
(kxsua@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
03/05/2025_ Amendment 0001 posted Attachment A. Photos ***MEETING MINUTES AND SIGN IN SHEET WILL BE POSTED VIA AMENDMENT AT A LATER DATE*** The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA025B00000015 for the award of a firm-fixed-price construction contract for a project entitled Upgrade Elevators, at the Federal Metropolitan Detention Center Los Angeles (MDCLA), located in Los Angeles, California. MDCLA is a federally owned high-rise facility located at 535 N Alameda St, Los Angeles, CA 90012-3405. The project consists of the following: 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Upgrade of 4 elevators, including new machines, operational controls, door equipment, signal fixtures, car interior finishes. B. Provide all labor, engineering, tools, transportation, services, supervision, materials, and equipment necessary for and incidental to satisfactory completion of required work as indicated in Contract Documents. C. Provide all required staging, hoisting and movement of new equipment, reused equipment, or removal of existing equipment. D. Applicable conditions of Purchaser's General, Special, and Supplemental Conditions. E. Prime contracts are defined below, and each is recognized to be a major part of required work to be performed concurrently in close coordination with work of other Contractors. F. Scope of Contract includes, but is not limited to, the following: a. Coordination, scheduling, and management of work of component suppliers and subcontractors. b. Furnish and install equipment as specified, utilizing existing and/or modified hoist ways and machine rooms. c. Specific item of required work which cannot be determined to be included in another contract is thereby determined to be included in prime contract. d. Any item that is IT related will require prior FITARA approval. 1.2 PRIME CONTRACTOR'S DUTIES A.Prime Contractor's duties include the following: a. Provide and pay for labor, materials and equipment, tools, construction equipment and machinery, and other facilities and services necessary for proper execution and completion of required work. b. Pay for legally required sales, consumer, and state remodel taxes. c. Secure and pay for required permits, fees, and licenses necessary for proper execution and completion of required work, as applicable at time of quotation due date. d. Give required notices. e. Comply with codes, ordinances, rules, regulations, orders, and other legal requirements of public authorities applicable to performance of required work. f. Promptly submit written notice to Consultant of observed variance of Contract Documents from legal requirements. g. Enforce strict discipline and good order among employees. Do not employ persons unskilled in assigned task. See the Specifications attachments for the complete requirements of the work. The performance period for the project will be 1,095 Calendar Days from issuance of the notice to proceed. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The North American Industrial Classification System (NAICS) code applicable to this requirement is 238290 with a corresponding small business size standard of $22 million. To be considered an interested vendor, you must possess this NAICS code in your www.sam.gov registration. This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business for the applicable NAICS code (see FAR provision 52.219-1 in the Representations & Certifications section of your sam.gov registration. The solicitation will be distributed solely through the Contract Opportunity website at https://www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. The ""Sensitive /Secure package Upload"" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from www.sam.gov will be granted access. If your firm does not have the NAICS code listed in www.sam.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted 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 website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://www.sam.gov. In order to qualify for award, your business size metrics information entered in your www.sam.gov SAM registration must be less than or equal to the size standard specified above. Each bidder's www.sam.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their www.sam.gov registration and update as necessary, including the size metrics information. SITE VISIT (See Instructions to Bidders): March 4, 2025 at 11:00 A.M. PST, at MDC Los Angeles (MDCLA), 535 N Alameda St, Los Angeles, CA 90012-3405. Attendance is not mandatory (see provision 52.236-27 Alternate-I of the solicitation). * A Criminal History Check will be required for all attendees * ELECTRONIC BID SUBMISSION & BID OPENING (See Instruction to Bidders): SPECIAL INSTRUCTIONS PERTAINING TO ELECTRONIC BID SUBMISSION (FAR 14.302 AND 14.304) Electronic copies of bids, Representation and Certifications, Standard Form 24, and Bid Bond, shall be submitted through the JEFS APP BOX at link: https://jefs.app.box.com/f/8f8952c0761a401687e3e486af845971
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a4289cb258304fe9960200981ff107a6/view)
 
Place of Performance
Address: Los Angeles, CA 90012, USA
Zip Code: 90012
Country: USA
 
Record
SN07361736-F 20250307/250307070529 (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.