SOLICITATION NOTICE
Z -- MCC Chicago - Repair SHU Showers
- Notice Date
- 4/30/2025 1:06:03 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15B40125Q00000010
- Response Due
- 6/16/2025 9:30:00 AM
- Archive Date
- 07/01/2025
- Point of Contact
- Luke Bonner, Phone: 6069294086
- E-Mail Address
-
lbonner@bop.gov
(lbonner@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre Solicitation Notice Synopsis 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 15B40125Q00000010 for the award of a firm-fixed-price construction contract for a project entitled Repair SHU Showers at the Metropolitan Correctional Center, located in Chicago, IL. MCC Chicago is a federal correctional facility located at 71 West Van Buren, Chicago, IL 60605. The project consists of the following: The Metropolitan Correctional Center (MCC) Chicago has a requirement for improving the existing conditions of the TWO (2) Shower rooms located on the 11th floor of the institution. It is the responsibility of the contractor to furnish all labor, supervision, materials, equipment, and shop drawings necessary to complete this contract in accordance with these specifications, FBOP Technical Design Guidelines, Drawings, and other contract documents. All contracted work shall be coordinated with and under the auspices of the Government Contracting Officer, his/her designee, the Contracting Officers Technical Representative (COTR). The Seamless Shower System and CMU block walls shall be designed, tested, and installed in compliance with applicable regulations of all governing agencies within these specific jurisdictions. MCC Chicago has developed these documents for the solicitation of construction services from a professional contractor. All work shall be completed, equipment tested and adjusted per manufactures recommendations and accepted by the Contracting Officer�s Representative (COR) and Contracting Officer (CO). 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 80 Calendar Days from issuance of the notice to proceed. The NAICS code for this requirement is 236220 Commercial and Institution Building Construction with a corresponding small business size standard of $45 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $100,000 and $250,000. (NOTE: This range is one of 8 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.) The solicitation will be available approximately on or about May 15, 2025. 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 website provides download instructions. 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. 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. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. 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). This synopsis is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of this project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of the contract with subcontractors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/531f976fa69d402b841aff4d70da44c2/view)
- Place of Performance
- Address: Chicago, IL 60605, USA
- Zip Code: 60605
- Country: USA
- Zip Code: 60605
- Record
- SN07426331-F 20250502/250430230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |