APC-FY24-000460 FY24 D28 Gym Paint Project
ID: 15M10224RA4700348Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICE

NAICS

Painting and Wall Covering Contractors (238320)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
  1. 1
    Posted Sep 25, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 25, 2024, 12:00 AM UTC
  3. 3
    Due Oct 9, 2025, 2:00 PM UTC
Description

The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source contract for the FY24 D28 Gym Paint Project in Indianapolis, Indiana. This procurement involves a firm fixed price contract for painting services, with an estimated total value of approximately $4,830.00, which will be awarded to Artisan Construction Enterprises, Inc. The project is crucial for maintaining the facility's aesthetics and functionality, ensuring a safe and welcoming environment for its users. Interested parties may direct questions to Contracting Officer Jennifer Brite via email at jennifer.brite@usdoj.com, as this notice is not a request for quotes or proposals and the government will not cover any costs incurred in response to this notice.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
USMS FY25 D98 Prisoner Interview Stool Modification
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the modification of existing prisoner interview stools, converting them into wall-mounted structures. The project involves altering sixteen stainless steel benches to enhance safety and functionality, with specific performance standards outlined in the Statement of Work. This procurement is part of the federal government's initiative to engage small businesses, including those owned by veterans and women, and emphasizes compliance with federal regulations, including registration in the System for Award Management. Proposals are due by April 10, 2025, with work scheduled to commence on April 14, 2025, and conclude by September 30, 2026. Interested parties can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further details.
PAINT EXTERIOR OF VISITOR CENTER
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract to repaint the exterior of the Visitor Center at the Ulysses S. Grant National Historic Site in St. Louis, Missouri. The project involves extensive preparation work, including scraping or sanding existing paint, patching damages, and applying at least two coats of new paint, with specific color requirements aimed at preserving the site's historical integrity. This initiative underscores the government's commitment to maintaining historic sites while promoting small business participation in federal contracting, with a firm fixed-price contract anticipated to be awarded for the work. Interested contractors should note that a site visit is scheduled, and all bids must be submitted by the specified deadline, with project completion required within 60 calendar days post-approval. For further inquiries, potential bidders can contact Kimberley Greist at kimgreist@nps.gov or by phone at 202-897-7403.
Notice of Intent
Buyer not available
The U.S. Department of Justice, Drug Enforcement Administration (DEA), intends to award a sole source Call Order to ALLSTEEL LLC for an Office Renovation Project in Detroit, Michigan. The procurement aims to complete renovations that require specialized office furniture manufacturing, as indicated by the NAICS code 337214. This project is significant for enhancing the operational capabilities of the DEA, ensuring a functional and efficient workspace. Interested parties capable of providing the required services may submit a capability statement to Naomi Collier at Naomi.S.Collier@dea.gov by 10:00 am (ET) on May 04, 2025, with all work expected to be completed by June 30, 2025.
SV0173-25 Flagpole Base Repair
Buyer not available
The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking qualified small businesses to provide masonry services for the repair of the flagpole area at their facility located at 400 1st St NW, Washington, DC. The project involves fixing granite panels and other related repairs, with a mandatory site visit scheduled for April 15, 2025, prior to the proposal submission deadline of May 2, 2025. This initiative is part of UNICOR's mission to enhance facility conditions while providing training and job opportunities for inmates, thereby contributing to community rehabilitation efforts. Interested contractors should direct inquiries to Joshua Hassler at joshua.hassler2@usdoj.gov and ensure compliance with all federal regulations and requirements outlined in the solicitation.
MCC Chicago - Replace SHU Doors
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is seeking small business contractors for a construction project titled "Replace SHU Doors" at the Metropolitan Correctional Center (MCC) in Chicago, Illinois. The project involves the replacement of steel doors and frames in existing cells, including demolition, installation, and necessary repairs, with an estimated completion time of approximately 154 calendar days. This initiative is crucial for maintaining safety and operational standards within the facility, with a projected contract value between $250,000 and $500,000. Interested vendors must respond to the Sources Sought notice by April 9, 2025, and are required to register in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Kevin Slone at kslone@bop.gov or by phone at 202-578-8617.
MCC Chicago - Repair SHU Showers
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons (FBOP), is seeking qualified small business contractors for a construction project to repair shower facilities at the Metropolitan Correctional Center (MCC) in Chicago, Illinois. The project involves improving two shower rooms located on the 11th floor, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to specific technical guidelines and regulations. This initiative is crucial for maintaining safe and compliant prison facilities, with an estimated project value between $100,000 and $250,000 and a performance period of 80 calendar days. Interested vendors must respond to the sources sought notice by April 15, 2025, and register in the System for Award Management (SAM) to qualify for bidding; inquiries can be directed to Luke Bonner at lbonner@bop.gov or by phone at 606-929-4086.
Sources Sought - Maintain / Sustain Exterior Finishes
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance and sustainment services for exterior finishes at Grissom Air Reserve Base in Indiana. The procurement involves a range of services including masonry repairs, brick replacement, joint repairs, window caulking, and painting, all aimed at preserving the integrity of various facilities. This initiative underscores the importance of maintaining infrastructure while adhering to safety and compliance standards, including OSHA and EPA regulations. Interested contractors must submit their responses by April 9, 2025, at 2:00 PM local time, and can direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil. The anticipated contract value is between $100,000 and $250,000, with a focus on small business participation.
Paint Exteriors of warehouses
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.
B3330W Office Renovations
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting bids for the renovation of office spaces B-3330W Rooms 129 and 132 at the Naval Support Activity in Crane, Indiana. The project entails comprehensive construction activities, including the removal of existing flooring and furniture, installation of new drywall and HVAC systems, and the procurement and installation of new office furniture, with a project magnitude estimated between $100,000 and $250,000. This procurement is set aside for small businesses, emphasizing the government's commitment to enhancing workspace conditions while fostering small business opportunities. Interested contractors must submit their offers via email to Kacey Jones by April 18, 2025, with a mandatory site visit scheduled for April 9, 2025, and questions regarding the RFQ due by April 11, 2025.