FMC Rochester - Replace Bldg. 2, 4 & 10 Roofs
ID: 15BFA024B00000022Type: Presolicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFAOGRAND PRAIRIE, TX, 75051, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF PENAL FACILITIES (Z2FF)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the roofs on Buildings 2, 4, and 10 at the Federal Medical Center (FMC) in Rochester, Minnesota. The project involves the installation of new roofing systems, including an ethylene propylene diene monomer (EPDM) membrane, and requires contractors to comply with stringent security protocols, including background checks for personnel entering the facility. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and bids must be submitted electronically by October 2, 2024. Interested contractors should contact Trisha Holm at tmanderson@bop.gov or 202-598-6052 for further information and ensure they are registered in the System for Award Management (SAM) at https://sam.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the wage determination for construction projects in Olmsted County, Minnesota, in accordance with the Davis-Bacon Act and related Executive Orders. It specifies that contractors must pay workers at least the minimum wage outlined by Executive Orders 14026 and 13658, depending on the date the contract was awarded. The minimum wage rates vary for various construction classifications and are subject to annual adjustments. The document includes detailed wage rates for a range of job titles, such as laborers, welders, electricians, and specific equipment operators, highlighting both basic rates and fringe benefits. Additionally, it elucidates the appeals process for wage determination decisions and provides guidelines for submitting classification requests for wages not listed. Overall, this file serves as a vital reference for contractors and workers involved in federal construction projects, ensuring compliance with established labor standards while promoting fair compensation practices within the state.
    The provided document is a form from the U.S. Department of Justice, specifically the Federal Bureau of Prisons, designed to facilitate criminal history checks for individuals seeking entry or service within Bureau facilities. The form requires personal information such as name, address, date of birth, citizenship, and physical characteristics, alongside a declaration affirming the accuracy of the details. It explicitly states that failure to provide complete information may lead to denial of entry or volunteer/contract status. Additionally, it includes a Privacy Act Notice, outlining the legal authority for collecting this information, its intended uses—including determining fitness for employment and security clearance—and the implications of non-disclosure. A Spanish version of the form serves as a template for Spanish-speaking applicants to complete their entries appropriately. This document reflects necessary compliance protocols within federal employment processes and security clearances, which are relevant in the context of government operations and safeguarding of facilities.
    The Bid Bond document, represented by Standard Form 24, facilitates a contractual agreement between the Principal (bidder) and Sureties, safeguarding the United States government against potential losses incurred if the Principal fails to fulfill bid obligations. The document outlines the requirements for executing the bond, including the Principal's legal name, business address, type of organization, and Sureties' details, including their respective liability limits. The bond's validity hinges on the Principal executing the contract and providing any further required bonds within specified time frames. It also states that if the Principal defaults, the Sureties are liable for covering any additional costs the government incurs beyond the bid amount. Additionally, the document includes guidelines for completing the bond, emphasizing that any deviations require prior approval, and highlights the necessity of corporate seals and signatures from authorized representatives. This form is vital in assuring the government's interests during the bidding process for construction, supplies, or services and underscores compliance within federal and state contracting procedures.
    The document outlines a solicitation from the U.S. Department of Justice, Federal Bureau of Prisons, for replacing roofs on Buildings 2, 4, and 10 at FMC Rochester, with the solicitation number 15BFA024B00000022. The bid submission deadline is October 2, 2024, and bids must be submitted electronically via the JEFS APP BOX. This request is a 100% small business set-aside, necessitating bidders to be registered in SAM.gov, meeting the NAICS code 238160 standards. The submission must include specific forms such as SF-1442, a bid bond, and various provisions regarding past performance and business ethics. A pre-bid site visit is scheduled for September 11, 2024, and questions regarding the solicitation must be submitted by September 13, 2024. The document emphasizes the importance of ensuring potential contractors are financially responsible and capable before contract award, requiring past performance evaluations from references and banks. The process is designed to ensure compliance with federal regulations while fostering opportunity for small businesses. By establishing clear guidelines and submission protocols, the document aims to ensure transparency and accountability in awarding government contracts.
    The solicitation numbered 15BFA024B00000022 from the Federal Bureau of Prisons invites bids for a project to replace roofs on Buildings 2, 4, and 10 at the Federal Medical Center in Rochester, Minnesota. This is a sealed bid invitation requiring contractors to provide all necessary materials, labor, and equipment in compliance with the attached specifications. Offers must be submitted by October 2, 2024, and performance is mandatory within 840 calendar days after notification to proceed. Bid guarantees and performance bonds are required, with project costs estimated between $1 million and $5 million. Additional details include mandatory insurance coverage, the requirement for a pre-construction conference, and compliance with safety and security regulations within the correctional facility. The contract includes various clauses outlining the responsibilities of the contractor, including compliance with labor standards and tax obligations, and emphasizes the use of domestic materials as per the Buy American provisions. Overall, the document serves to officially solicit contractors for a federal construction project, emphasizing detailed compliance requirements to ensure project efficacy and regulatory adherence.
    Lifecycle
    Similar Opportunities
    Replace Roof FCI Low I- Yazoo City, MS
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified small business contractors for a roofing replacement project at the Federal Correctional Complex in Yazoo City, Mississippi. The project involves replacing the roof of a building covering approximately 21,500 square feet, requiring compliance with specific industry standards and the use of approved materials. This initiative is crucial for maintaining the infrastructure of the correctional facility while ensuring minimal disruption to its operations. Interested contractors must respond to a market research questionnaire by September 24, 2024, and register in the System for Award Management (SAM) to be eligible for future solicitation details, with the estimated project value ranging between $500,000 and $1,000,000. For inquiries, contact Alex Jackson at a4jackson@bop.gov or call 202-578-9940.
    Roof Repair for LSCI Education Roof and FCI I NC Unit at FCC Butner
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm fixed-price construction contract for roof repairs at the LSCI Education Roof and FCI I NC Unit located at FCC Butner in North Carolina. The project entails providing all necessary equipment, materials, and labor to complete the roof repairs, which are critical for maintaining the integrity and safety of the correctional facility's infrastructure. This opportunity is a 100% small business set-aside, with an estimated project budget between $25,000 and $100,000, and proposals are due by October 7, 2024. Interested contractors must register in the System for Award Management (SAM) and complete a criminal history check to participate, with additional details available from primary contacts Casey McLean and Ashley Harding.
    FCC Tucson 3 Tower Roofing Repairs
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking a qualified contractor to perform roofing repairs on three tower roofs at the Federal Correctional Complex in Tucson, Arizona. The project entails the removal and replacement of approximately 1,875 square feet of roofing, requiring adherence to specific safety protocols, including OSHA standards, and ensuring minimal disruption to facility operations. This procurement is crucial for maintaining the structural integrity of the facility and involves compliance with stringent security and privacy regulations, including background checks for contractor personnel. Interested parties should contact Adalberto Lopez at a33lopez@bop.gov or 520-574-7100, with proposals due by the specified deadline, and the performance period set from September 23, 2024, to March 31, 2025.
    Lock and Dam 3 Comfort Station Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the roof replacement of the Comfort Station at Lock and Dam No. 3 in Welch, Minnesota. The project involves removing the existing roofing system and installing a new PVC roofing system, with a focus on ensuring proper drainage and compliance with safety and environmental standards. This procurement is part of the government's initiative to maintain critical infrastructure and is exclusively set aside for small businesses under NAICS code 238160, with an estimated construction cost below $25,000. Interested contractors must submit their offers by the revised deadline of August 23, 2024, and are encouraged to contact Theodore Hecht at the provided email or phone number for further details.
    Replace Chillers 1 & 2 - FCI Fairton
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1 and 2 at the Federal Correctional Institution (FCI Fairton) in New Jersey. The project involves upgrading existing Trane Centrifugal chillers and replacing two 25HP chilled water Variable Frequency Drives (VFDs) and Adaptive Frequency Drives (AFDs), with a performance period of 309 calendar days from the notice to proceed. This procurement is critical for maintaining the facility's operational efficiency and comfort, with an estimated project value between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around September 27, 2024; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Daniel Boone National Forest (DBNF) Cumberland Ranger District – Fern Bluff Work Center Roof System Replacements
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors for the replacement of roof systems at the Fern Bluff Work Center located in Morehead, Kentucky. The project involves removing existing roofs, replacing damaged decking, and installing new sustainable metal roof systems on four buildings, with a total project value anticipated to be under $100,000. This initiative is crucial for maintaining federal facilities and ensuring compliance with environmental standards, including the use of biobased products and adherence to the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes electronically by September 23, 2024, and are encouraged to attend a pre-bid meeting on September 13, 2024, to gather site-specific information. For further inquiries, potential bidders can contact Sunday Street at sunday.street@usda.gov or David Easter at david.easter@usda.gov.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    Z1DA--586-26-102 Roof Warehouse & Mental Health Modular (Construction)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a construction project involving the replacement of the roof systems for the Warehouse and Mental Health Modular at the G.V. Sonny Montgomery VA Medical Center in Jackson, Mississippi. The project, identified as 586-26-102, requires contractors to provide all necessary management, labor, materials, and equipment in accordance with the Statement of Work and specifications, with an estimated contract value between $2 million and $5 million. This procurement opportunity is part of the Veterans First Contracting Program aimed at enhancing opportunities for veteran-owned businesses, and interested firms must submit their statements of interest and capability statements to Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov by the specified deadline.
    FCI Englewood - Emergency Electrical Repairs
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for emergency electrical repairs at the Federal Correctional Institution (FCI) Englewood in Littleton, Colorado. The project involves the removal and replacement of vacuum interrupters in existing switch gear, specifically targeting twelve breakers, with a focus on minimizing downtime during the refurbishment process. This contract, estimated to be valued between $250,000 and $500,000, is a 100% small business set-aside, requiring interested contractors to be registered in the System for Award Management (SAM) and to submit their bids electronically by October 16, 2024. For further details, bidders can contact Trisha Holm at tmanderson@bop.gov or by phone at 202-598-6052.
    ELECTRICAL MVS SWITCHGEAR REPAIR/REPLACE
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to repair and replace electrical MVS switchgear at the Federal Correction Institution in Butner, North Carolina. The project requires the contractor to provide all necessary labor, equipment, parts, materials, and supplies to repair the medium voltage switchgear located behind the Food Service/Facilities Department and replace the switchgear behind the “O” Housing Unit. This procurement is critical for maintaining the operational integrity and safety of the correctional facility's electrical systems. Interested small business contractors must submit their bids electronically by October 16, 2024, following a pre-bid site visit on October 2, 2024, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, bidders can contact Kimberly Johnson at knjohnson@bop.gov or by phone at 202-598-6059.