Search Contract Opportunities

Building Demolition at Taft CI   4

ID: 15BFA024B00000002 • Type: Presolicitation

Description

THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION.

The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15BFA024B00000002 for the award of a firm-fixed-price construction contract for a project entitled Building Demolition at the Federal Correctional Institution, located in Taft, California. Taft CI is a federal correctional facility located at 1500 Cadet Rd, Taft, CA 93268. The project consists of the following:

A. Building Demolition.

1. The following buildings shall be demolished:

a. Building FG Visiting/Associate Warden

b. Building HI Correctional Services/Staff Center Offices

c. Building J Receiving and Discharge

d. Building K Health Services

e. Building L Special Housing

f. Building MN Passive Recreation/Active Recreation

g. Building O Vocational Training

h. Building P UNICOR Facility

i. Building QR Educational/Multi-Use Areas

j. Building S Food Services

k. Building T Personal Services

l. Building U Safety & Sanitation

m. Building V Maintenance Shops

2. Remove hazardous materials identified in the hazmat survey report.

3. Safe-off and shutdown mechanical, electrical, and plumbing utilities. Drain existing systems, cut, and cap at the buildings' exterior. Coordinate with the work for other buildings.

4. Protect in place existing site items including storm water catch basins.

5. Remove non-structural components, including architectural, mechanical, plumbing, kitchen, laundry, fire protection, and electrical equipment.

6. Provide shoring required.

7. Demolish buildings down to concrete slab/foundation.

B. Demolish fuel/oil tanks. Regrade site at demolished tanks.

C. The following buildings and facilities shall be protected in place:

1. Building A1 General Housing

2. Building A2 General Housing

3. Building A3 General Housing

4. Building BCD Administration/Amory/Locksmith/Control Center

5. Training Facility Building

6. Building A4 Camp Housing

7. Building CC.1/.2/.3/.4 Camp Administration/Control Center/ Inmate Systems/Visitation/Health Services/Food Services/Passive Recreation

8. Building CP/GL Central Plant/Garage/Landscape Facility

9. Building OW Outside Warehouse

10. Building CU UNICOR Facility

11. Building HS Hazardous Storage

12. Perimeter Security Fence and Vehicle Sallyport

13. Building RS Rear Sallyport

D. Domestic and fire water are to remain in service for Building CP/GL Central Plant/Garage/Landscape Facility.

See the Statement of Work/Specifications attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work.

The performance period for the project will be 238 Calendar Days from issuance of the notice to proceed.

The NAICS code for this requirement is 238910 with a corresponding small business size standard of $19 million. Pursuant to Justice Acquisition Regulation (JAR) 2836.204, the estimated magnitude of the project lies between $10,000,001 and $25,000,000. (NOTE: This range is one of 5 available ranges from JAR 2836.204 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 available approximately on or about October 16, 2023. 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 www.sam.gov 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 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 (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration).

Overview

Response Deadline
Nov. 15, 2023, 3:00 p.m. EST Past Due
Posted
Sept. 29, 2023, 3:46 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Taft, CA 93268 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
88%
On 9/29/23 Field Acquisition Office issued Presolicitation 15BFA024B00000002 for Building Demolition at Taft CI due 11/15/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238910 (SBA Size Standard $19 Million) and PSC Z2FF.
Primary Contact
Name
Martin Guidry   Profile
Phone
(202) 598-6067

Documents

Posted documents for Presolicitation 15BFA024B00000002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 15BFA024B00000002

Award Notifications

Agency published notification of awards for Presolicitation 15BFA024B00000002

Contract Awards

Prime contracts awarded through Presolicitation 15BFA024B00000002

Incumbent or Similar Awards

Contracts Similar to Presolicitation 15BFA024B00000002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 15BFA024B00000002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 15BFA024B00000002

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL PRISON SYSTEM / BUREAU OF PRISONS > FAO
FPDS Organization Code
1540-15BFA0
Source Organization Code
100184969
Last Updated
Nov. 30, 2023
Last Updated By
mguidry@bop.gov
Archive Date
Nov. 30, 2023