MODIFICATION
Z -- Replace Chillers - USP Lewisburg
- Notice Date
- 4/15/2025 1:19:04 PM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15BFA025B00000007
- Response Due
- 5/16/2025 12:00:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Joshua Cortez, Phone: 623-465-5130
- E-Mail Address
-
j2xcortez@bop.gov
(j2xcortez@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA025B00000007 for the award of a firm-fixed-price construction contract for a project entitled Replace Chillers at the United States Penitentiary (USP Lewisburg), located in Lewisburg, Pennsylvania. USP Lewisburg is a federally owned facility located at 2400 Robert F Miller Drive, Lewisburg, PA 17837. The Project will consist of the following: Provision of all labor, material, and incidentals to replace the two existing chillers located at the Powerhouse with two new 400-ton centrifugal chillers. The contractor will be responsible for demolition, installation, and startup. See the Statement of Work attachment included with the solicitation posting for the complete requirements of the work. The performance period for the project will be 364 Calendar Days from issuance of the notice to proceed. The NAICS code for this requirement is 238220 with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $500,000.00 and $1,000,000.00. (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 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. 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 www.sam.gov registration). System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include: � 52.222-25, Affirmative Action Compliance, and � 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, paragraph (d). � 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and � paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Pre-Bid Site Visit (See Instructions to Bidders): (b) An organized site visit has been scheduled for Tuesday, April 29, 2025, at 9:00 A.M. local time (c) Participants will meet at 2400 Robert F Miller Drive, Lewisburg, PA 17837 Electronic Bid Submission (See Instructions to Bidders): Upload Bid Electronically to JEFS App Box: https://jefs.app.box.com/f/bbec11273bec4f539b9f1fb6456b198c Electronic Bid Opening: Held on Microsoft Teams see Instruction to Bidders Section V. ELECTRONIC BID SUBMISSION & BID OPENING
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/09ef4e62b3914a9cada43fe8e0066a3f/view)
- Place of Performance
- Address: PA 17837, USA
- Zip Code: 17837
- Country: USA
- Zip Code: 17837
- Record
- SN07408682-F 20250417/250415230040 (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 |