MODIFICATION
Z -- FCI Marion - Replace SPC & FCI Roofs
- Notice Date
- 4/17/2025 8:44:33 AM
- Notice Type
- Solicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15BFA025B00000002
- Response Due
- 5/28/2025 9:30:00 AM
- Archive Date
- 06/12/2025
- Point of Contact
- Kevin Slone, Phone: 2025788617
- E-Mail Address
-
kslone@bop.gov
(kslone@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Federal Bureau of Prisons (FBOP) herein issues solicitation 15BFA025B00000002 for the award of a firm-fixed-price construction contract for a project entitled Replace SPC & FCI Roofs at the Federal Correctional Institution (FCI) Marion, located in Marion, Illinois. FCI Marion is a federally owned facility located at 4500 Prison Rd, Marion, IL 62959. The project consists of the following: The institution has a requirement for a new roofing system to be installed. The existing roof at the FCI & SPC is a fully ballasted EPDM roof that is failing and has exceeded its expected life. There are roof areas that are of a standing seam metal roofing design that are beyond repair and have exceeded their lifespan as well. TPO ROOFING The selected contractor is responsible for providing all labor, material, tools, equipment, and warranty. The contractor will remove, replace, and dispose of the construction debris off site for each Base and Option. The current non-metal roofing system will be removed down to, the concrete decking. The BOP facilities staff will be afforded the time needed to inspect the concrete for unforeseen damage before the new membrane is to be installed. The contractor will then install a reinforced TPO (Thermoplastic Polyolefin) to be fully secured. The TPO membrane must be secured by a non-mechanical method, Roofing System per manufacture specifications. Note: Contractor will not dispose of existing ballast stones from the current roof. They will be responsible to relocate them to area outside of the secure perimeter of the institution, on the prison grounds. METAL ROOFING The selected contractor is also responsible for providing all labor, material, tools, equipment, and warranty of the metal roofing system. The contractor will remove and stage any reusable metal for the retention of the BOP. The contractor will dispose of any non-metal construction debris off site originating from the Base and each Option of standing seam metal roofing. The new color of metal roof will be used to match existing roof as close as possible. Note: Contractor to dispose of all construction debris with the exception of metal recyclables. A dumpster will be supplied by the BOP for these items. The new roofing system shall include all materials, equipment, and labor needed to complete the roof system such as but not limited to; flashings, insulation, copings, transitions, proper drainage slope, inspection of decking, sealants, glues, primers, substrate materials, penetration seals, fasteners, fiber boards, gypsum boards, termination bars, metals, and vapor protection as specified herein and as indicated on the drawings in accordance with the manufacturer's most current specifications and details. Additional materials shall be installed per manufacture specifications for proper walkways around roof access points, HVAC equipment, security equipment, and roof edges so that the roofing material is protected from punctures, dents, or tears during maintenance and security checks. Contractor shall remove the existing razor wire as necessary to complete the work on a daily basis. The Contractor shall return all existing razor wire to its permanent location at the end of each working day for security purposes. This will be inspected by the escorting BOP staff. Contractor shall coordinate all razor wire removal activities in advance with the BOP facilities department. Contractor is required to attend a pre-work meeting in order to coordinate and plan with the on-site staff prior to the day of work. All work shall comply with local, state, and federal regulations. Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in) AND may require a specific role or domain linked to your registration. If you encounter problems requesting access to these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov. The North American Industrial Classification System (NAICS) code applicable to this requirement is 238160 � (Roofing Contractors) 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 $5,000,000 to $10,000,000 (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 solicitation will be distributed solely through the Contract Opportunity website at https://sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. 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 the System for Award Management (SAM) at https://sam.gov. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration). Pre-Bid Site Visit (See Instructions to Bidders): (b) An organized site visit has been scheduled for May 7, 2025. (c) Participants will meet at 4500 Prison Rd, Marion, IL 62959. Electronic Bid Submission (See Instructions to Bidders): Upload Bid Electronically to JEFS App Box: https://jefs.app.box.com/f/02ae999659af40e5a1ef4c3050e84001 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/7eece2b5ed1f41828617bf55c19929db/view)
- Place of Performance
- Address: Marion, IL 62959, USA
- Zip Code: 62959
- Country: USA
- Zip Code: 62959
- Record
- SN07412194-F 20250419/250417230042 (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 |