Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOURCES SOUGHT

Z -- REPLACE CAMP WALKWAY AT FMC CARSWELL

Notice Date
10/27/2022 12:19:24 PM
 
Notice Type
Sources Sought
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA023B00000001
 
Response Due
11/4/2022 12:00:00 PM
 
Point of Contact
Kimberly Johnson, Phone: 202-598-6059
 
E-Mail Address
knjohnson@bop.gov
(knjohnson@bop.gov)
 
Description
THIS IS A�SOURCES SOUGHT NOTICE.�THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY. � PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.� The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15BFA023B00000001 for the award of a firm-fixed-price construction contract for a project entitled�REPLACE CAMP WALKWAY, at the Federal Medical Center in�Fort Worth, Texas.� FMC Carswell is a federal correctional facility located at�(FMC) Carswell, J Street � Bld. 3110, Ft. Worth, TX. 76127. The project consists of furnishing all equipment, materials, and labor for the complete construction of the work. A brief description of the work is as follows:� The contractor shall remove and install a new concrete walkway. The new walkway shall be designed and certified by a licensed civil engineer. Drawings and specifications show new metal/concrete structural support and must be submitted to FBOP facilities staff for approval prior to commencement of work.� The contractor will add a pedestrian deck coating system. This is a waterproofing system that will need to be installed to the surface of cured concrete. � The contractor shall remove and replace any rusted beams that are beyond repair. The contractor shall remove and replace all deteriorated galvanized metal deck. The Contractor shall remove and replace all handrails.� The contractor shall remove and replace precast reinforced concrete stairs including removing and replacing aluminum railings that encompasses the stairs. The Contractor shall remove and replace all gutters and downspouts.�The below grade metal deck shall have a fluid applied waterproofing system.��� The contractor shall install a new suspended soffit framing system to hold engineered treated wood siding panels or better.��New exposed steel shall be prepped and painted. New soffits shall be prepped and painted. New gutters and downspouts shall be prepped and painted. The contractor shall hose or wash clean surfaces after drilling, sawing, chipping, and demolishing. It is understood and agreed that this scope of work includes all required ordering, unloading, hoisting, handling, sorting, placement, inventory, rebar caps and tie-wire necessary for reinforcing steel, dowels deformed bars, tie bars, accessories, and wire mesh. The contractor shall verify all existing measurements & conditions prior to ordering materials.�� The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing the tasks outlined in this Statement of Work as long as they do not impede or violate any Local, State, or Federal regulatory policies and/or laws and are carried out in a way to best minimize disruption of institution operations.� See the attached Statement of Work/Specifications included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work.���� Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $250,000 and $500,000. (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�238120 with a corresponding small business size standard of�$16.5 mil. To be considered an interested vendor, you must possess this NAICS code in your www.sam.gov registration.�Interested bidders must be registered in www.sam.gov.� The FBOP is seeking�small business�contractors for this project. Your business size metrics information entered in your www.sam.gov registration must be less than or equal to the small business size standard specified above. Interested small business contractors are requested to respond to this notice by adding their names to the Interested Vendors List for this posting in www.sam.gov Contract Opportunity (FBO) (must be logged-in to your vendor account).� The pre-solicitation synopsis (to be posted at a later date) will include further instructions for responding to this opportunity.� Interested bidders are advised to continuously monitor www.sam.gov for all future updates.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dac775a2f32b4d7abe49a01c46478433/view)
 
Place of Performance
Address: Naval Air Station JRB, TX 76127, USA
Zip Code: 76127
Country: USA
 
Record
SN06504752-F 20221029/221027230109 (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.