Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:15B30222Q00000024
Federal Correctional Complex (FCC) located at 846 NE 54th Terrace Coleman, Florida intends to solicit for the provision to provide all necessary labor, materials, equipment and incidentals to perform ...
Federal Correctional Complex (FCC) located at 846 NE 54th Terrace Coleman, Florida intends to solicit for the provision to provide all necessary labor, materials, equipment and incidentals to perform Wet Fire Suppression Inspection Services. The Annual Fire Suppression System Inspection shall be completed between January 2 and February 28th of each calendar year. The first Semi-Annual Inspection is included within the annual fire suppression inspection. The second Semi-Annual inspection shall be completed between July 1 and August 10 of each calendar year. This solicitation is to award a contract which would consist of a base year with effective date of October 1, 2022 to September 30, 2023 to include for four (4) option years. The four option years would be as follows: OPT. YEAR 1: OCT 1, 2023 TO SEPT 30, 2024 OPT. YEAR 2: OCT 1, 2024 TO SEPT 30, 2025 OPT. YEAR 3: OCT 1, 2025 TO SEPT 30 2026 OPT YEAR 4: OCT 1, 2026 TO SEPT 30 2027 The North American Industrial Classification (NAICS) code is 541990, with a Set Aside to Small Businesses. In accordance with FAR 52.204-7 and FAR 52.204-12, all contractors doing business with the Federal Government must be registered in the System with Management Award (SAM) database. The website for registration is www.sam.gov. The solicitation period will be open from September 2, 2022 through September 14, 2022, however, this is a projected estimate and contractors should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. All future information concerning this acquisition, including solicitation and amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. Furthermore, any questions regarding the solicitation, those have to be sent via electronic mail (e-mail) to the Contracting Officer Representative (COR) Tlarge@bop.gov. Furthermore, the Description of Requirements can be found in the attachments section of this solicitation and is available or download. Proposals (Quotes) shall be received on or before the deadline of September 7, 2022 no later than 10:00 EST. Quotes shall be submitted electronically via email to Smuniz@bop.gov and Tlarge@bop.gov in pdf format only and will be deemed received at the time as indicated on the email notification. Faxed and hand delivered quotes will not be accepted. Quotes received after the quote deadline will be handled in accordance with FAR 52.212-1(f) which states late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. This solicitation is being posted with a Set Aside for Small Businesses.