Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:15B11419B00000002
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 W...
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 READ ALL INFORMATION CONTAINED HEREIN BEFORE RESPONDING. DO NOT RESPOND TO THIS NOTICE IF YOUR COMPANY IS NOT SERIOUSLY INTERESTED IN SUBMITTIING A BID OR IF YOUR COMPANY IS NOT QUALIFIED TO PERFORM THE REQUIRED WORK. DOING SO MAY UNNECESSARILY DELAY THE POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled "Replace Cooling Towers - FCC Petersburg, Virginia." FCC Petersburg is a federal correctional facility located at 1060 River Road, Hopewell, Virginia 23860. The project consists of furnishing all equipment, materials and labor for the complete construction of the work. The purpose of the project is as follows: 1) Demolish and dispose of two existing cooling towers and associated equipment; 2) Provide two replacement cooling towers and associated equipment; 3) Provision of structural work, including piping/system supports, and alteration of existing tower support anchoring components; 4) Provision of an UL Listed system of heater cables, components, and controls to prevent condenser piping from freezing. (Run outside, from under cooling tower to building); 5) Provision of alterations and interfacing controls work associated with the existing Building Automation System (BAS) and new towers; 6) Provision of Water Treatment Specialist Services to assist with pre-cleaning, passivating, reinstating chemical treatment, Water Treatment Program, and start-up, tests and inspections; 7) Provision of testing, adjusting, and balancing, showing successful system functionality with new tower system integration; 8) Provision of delegated design engineering services noted within this SOW. See the Specification and Drawings attached to this posting for further details. Access to the Drawings attachment will require an active Federal Business Opportunities (FedBizOpps.gov) vendor registration (log in) as well as your Marketing Partner Identification Number (MPIN) associated with your System for Award Management (SAM) registration. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of this project lies between $250,000 and $500,000. (NOTE: This range is one of eight 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.) Interested bidders must be registered in the System for Award Management (SAM) at WWW.SAM.GOV. The North American Industrial Classisfication System (NAICS) code applicable to this requirement is 238220 with a corresponding small business standard of $15,000,000. The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your SAM 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 FedBizOpps.gov (must be logged in to your vendor account). The Synopsis of Proposed Contract Action will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor FedBizOpps.gov for all future updates.