FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Costs
Summary
New, New, Fci Fort Dix Purchase, Installation & Removal - Of Hvac ( Heating And Cooling System) Rooftop Building -5845.
Description
Fci Fort Dix Nj statement Of Work upgrade Hvac 5845 Shu the Federal Correctional Institution (fci) Located At Fort Dix, new Jersey, Intends To Make A Single Award To A Responsible entity For The Removal And Installation Of A 30 - Ton Package rooftop Heating And Cooling System As Set Forth In This solic Itati On/contract. the Government Reserves The Right To Award Without Discussion and To Make A Single Award . Therefore , Each Initial Quoted should Contain The Best Terms From A Cost Or Price Standpoint. place Of Performance fci Fort Dix 5755 Hartford Road joint Base Mdl, New Jersey 08640 west Compound Building 5845 Rooftop schedule Of Delivery Performance the Contractor Wil L Provide All Labor , Material And Equipment necessary To Acquire , Transport , And Install A New 30 - Ton package Rooftop Heating And Cooling System To The Roof Of building 5845 . The Contractor Will Be Responsible For The removal Of The Existing Rooftop Heating/cooling System . The contractor Must Be Licensed To Perform Work In The State Of New jersey And Must Provide Licensure And/or Certification S . the Contractor Must Use A Crane That Is Of Capable S Ize And reach To Ensure Safe Removal Of Old And Installation Of New Unit to The Rooftop. the Contractor Will Provide A Specification Cut Sheet Of The package Rooftop Unit To The Cor For Acceptance No Later Than fourteen (14) Days After Award. schedule Of Performance normal Working Hours Are Estimated Monday Thru Friday 7 : 30am- 3 : 00pm To Exclude Federal Holidays . Saturday And Sunday Hours may Be Utilized Due To Adverse Weather Conditions Or Other contr Ibuting Factors That Would Cause Delay If Approved By The Cor And The Contractor. The Contractor Cannot Be Guaranteed A forty (40) Hour Work Week At The Work Site. the New Unit Must Be Operational Within Twelve (12) Hours After the Existing Unit Is Removed From Service And/or Power disconnected, Whichever Occurs First. The Package Unit Provides heating And Cooling To A Secure Environment That Requires adequate Airflow And/or Heat And Cooling Temperatures. description Of Building 5845 building 5845 Is A 3-story 36' Tall Mixed-use Building. Building 5845 Is Located Behind Several 12' High Security Fences With razor Wire. Building To The Furthest Fence/roadway Is approximately 56'. Building Roof Is Accessed Through A Hatch 3'x3'. Vehicle Access Is Restricted To The Outside Perimeter roadway. Contractor Is Permitted To Use A Crane To Remove Old and Install New Package Rooftop Units. description Of Heating/cooling Unit specification On The New Unit Must Meet At A Minimum The requirements Below: -30-ton Package Rooftop Unit -r454b -bottom Return, Bottom Supply Configuration -2 08 I 3/ 60 -constant Volume Forward Curve Class One 15hp Ultra High efficiency Supply Fan -1" Deflection -condenser Coil Seamless Copper Tubes -hot Gas Bypass (modulating Hot Gas Reheat Factory Installed) -standard Evaporator Coil -zero-degree Low Ambient Package (factory Installed) -2" Pleated Filters -single Enthalpy Economizer -controller With Factory Disconnect And Convenience Outlet -stainless Steel Drain Pan -hinged Access Cabinet Panels -high/low Refrigerant Pressure Protection -field Installed Barometric Relief Damper For The Horizontal return Air Duct -unit Shall Be Rated By The Manufacturer At A Minimum 11.1 Eer -unit Will Be Fully Charged With R454b Refrigerant. -unit Shall Carry Both Etl And Cga Safety Approval Ratings. -tags And Decals To Aid In The Service Or Indicate Caution Areas shall Be Provided. -unit Shall Be Capable Of Providing Mechanical Cooling Down To 40 Degrees Fahrenheit. -unit Shall Be Capable Of Starting And Running At 120 Degrees fahrenheit. -drive Type- Belt -heating Input Capacity (max) 620 Mbh -heat Exchanger Of Tubular Design, Stainless Steel -maintenance Manuals Will Be Supplied. the Contractor Will Install Any New Duct Work/curb Required To tie In The New Unit To Any Existing Duct Work/curb. the Contractor Must Install A Standalone Electrical Disconnect for The New Package Rooftop Unit. The Exiting Unit To Be Removed only Utilizes A Built-in Disconnect. removal Of Existing Hvac the Contractor Shall Remove The Existing Package Rooftop heating/cooling System In Conjunction With The Installation Of new Rooftop Package Unit. The Existing Unit Will Remain The property Of Fci Fort Dix. The Contractor Will Be Responsible For recovery And Recycling Of Remaining Refrigerant In Accordance with All Federal, State, And Local Regulations. the Unit To Be Removed - York Model Z33ad52a7cdabe0001a S/n nog9084213 delivery Of Materials all Construction Related Equipment And Materials Required For the Contractor To Work On This Project Will Be Processed By The contractor And Delivered To The Contractors Approved Storage area. Any Construction Related Deliveries Which Are Delivered On site, Can Be Received By The Contractor Monday Through Friday, excluding Federal Holidays Between The Hours Of 7:00am - 3;00pm. the Contractor Will Be Required To Notify The Cor When A delivery Is Scheduled, And A Contractor Representative Must Be present At Time Of Delivery. final Inspection And Testing the Contractor At A Minimum Shall Meet Manufacturer recommendations, And Industry Standards Set Forth In Accordance with All Federal, State, And Local Regulations. Upon The completion Of The Installation, The Contractor Will Inspect And verify All Work Is Completed To The Satisfaction Of The Contract officer Representative (cor). The Contractor Shall Perform operational Testing, Break-in Testing, And Adjustments To The satisfaction Of The Cor. The Contractor Shall Warrant Its products And Labor Procured And Installed To Be Free Of Defects in Materials And Workmanship For A Minimum Period From The Date the System Is Accepted By The Cor As Described Below: • Minimum Twelve (12) Month Standard Warranty For The 30-ton package Rooftop Unit On Parts And Labor. • Minimum Five (5) Year Warranty On The Compressor. • Minimum Fifteen (15) Year Warranty On The Stainless Steel heat Exchanger. • Contractor Will Clearly Indis;ate A Start Period And End period In Writing For The Warranty In The Following Format: month/day/year. this Warranty Is In Addition To Any Manufacturer Warranties provided With The Unit. upon Completion Of The Installation, Testing, And Acceptance, the Contractor Shall Provide The Cor A Hardcopy And/or A Pdf version Maintenance Manuals And Software Manuals. storage Of Tools, Materials, And Equipment \ any Contractor Materials, Tools, And/or Equipment That Will Be required To Be Brought On Site For An Extended Period To expedite The Project Completion Shall Be Permitted To Be Stored in A Previously Approved Location Agreed Upon By The Contract officer Representative (cor) And The Contractor. any Tool Considered A High Security Risk Will Be Required To exit The Institution Grounds Daily. construction Progress Meetings the Contract Officer Representative Or Facility Manager Reserve the Right To Require Weekly Or Bi-weekly Progress Meetings With the Contractor(s) Project Manager To Ensure Sch?duling requirements Are Met In Accordance With This Contract. Meetings shall Include But Not Limited To Pre-construction Meeting(s) progress Meeting(s), Meeting Agenda, Minutes, And Construction schedule. definitions the Contract Officer (co) Executes The Contract On Behalf Of The government; This Shall Include A Duly Appointed Successor. The contracting Officer Is The Only Official Authorized To administer, Modify And/or Terminate The Contract. The contracting Officer Makes Related Approvals, Determinations, And finding Pertaining To The Contract And Is The Only Individual On the Project Staff Who Can Obligate Funds On Behalf Of The government. the Fci Shall Ensure A Contract Officer's Representative ~cor) is Present To Allow Access To All Areas By The Contractor. The cor Will Be Located At The Project Site And Has Overall responsibility For The Administration Of The Operations And activit{es At The Project Site. The Cor Represents The Contract officer For All Technical Matters That Arise Under The Contract. the Cor Will Evaluate The Contractor's Performance And Prepare A performance Report At The End Of The Contract. the Contract Officer Representative (cor) Shall Not And Has No authority To Re-delegate Authority To Any Other Person, Change or Modify Any Terms Of The Contract, Obligate The Payment Of Any money By The Government And/or Cause The Contractor To Incur cost Not Otherwise Covered By The Contract. the Contractor Shall Provide To The Contract Officer, (3) Three copies Of The Safety Data Sheet (sds) On All Materials And substances That May Be Used During The Project. In The Event The institution Safety Manager Does Not Approve The Material, It shall Be The Responsibility Of The Contractor To Locate And procure An Alternative Product. other Consideration lost Time Due To Security Restrictions/considerations: contractors Should Plan For A Certain Amount Of Time Accrued For security Considerations, I.e., Base Security Checkpoint, Check in Screening, Delays Due To Inmate Movements, Institution lockdowns, Institution Emergencies, Institution Counts Etc. In the Event Of An Institutional Emergency, The Contractor Will Be instructed To Secure And Stow All Tools, Equipment And materials, And Contractor Will Be Escorted Off The Institution grounds. Work Will Be Suspended Until The Institution Emergency passes. The Work Location Is Considered Inside The Confines Of the Secure Institution. The Institution Reserves The Right To suspend Work For Any Reason Listed Above. xccontractor Will Not Be Allowed To Bring Weapons, Cell Phones Or any Other Objects That Violate Criminal Laws Or Are Prohibited by Federal Regulations Or Bureau Of Prisons Policies On institution Grounds. The Contractor Shall Be Responsible For removing All Waste From The Institution Grounds And Disposing Of in Accordance With All Federal, State, And Local Regulations. institution Securtiy the Contractor Agrees To Adhere To All Regulations As Outlined in Hspd-12 (homeland Security Presidential Directive), Agrees To adhere To All Regulations Prescribed By The Institution For safety, Custody And Conduct Of Staff, Contractor Workers And inmates. The Contractor Will Be Required To Complete A Limited backg:round Investigation Through The National Crime Information center (ncic). The Contractor May At Any Time Be Removed From the Institution Grounds At The Discretion Of The Warden. payment Terms the Contractor Must Provide A Means For Electronic Payment To include Bank Routing And Account Number, Payment Terms Are specified In Far 52.212-4(g). The Government Will Make Payment in Accordance With The Prompt Payment Act (31 U.s.c 3903 And prompt Payment Regulations At 5 Cfr Part 1315). The Contractor· can However Offer Discount Payment Terms For Prompt Payments As specified In Block 12 On The Sf 1449 Form Of This Solicitation. partial Or Half Sessions Will Not Be Authorized For Payment. __________________________________________________________________________________ fci Fort Dix Purchase, Installation & Removal - Of Hvac ( Heating And Cooling System) Rooftop Building -5845. see Attachments the Federal Correctional Institution (fci) Located At Fort Dix, New Jersey, Intends To Make A Single Award For Fci Fort Dix Purchase, Installation & Removal - Of Hvac ( Heating And Cooling System) Rooftop Building -5845. the Source Selection Process Will Be To The Lowest Price Technically Acceptable & Small Busisness Set- Aside. must See: Attachments - Statement Of Work & Other Documents. 1) Site Visit Thursday March 13 2025 @ 9:00am. 2) Deadline To Submit Ncic Wednesday March 5, 2025 11:59pm.- Must Be Send By Email Only To To Mr. Ross At D1ross@bop.gov. 3) Questions Submission Deadline Monday March 17, 2025 By 12:00pm -must Be Send To Mr. Ross , D1ross@bop.gov And Cc To Mr. Aponte, Aaponteberrios@bop.gov. 4) Questions Answered And Posted To Sams Wednesday March 19 2025) Bid Due March 20, 2025 At 11:59 Pm, Et. The Quote Or Bid Must Be Sent To Me Only; Aaponteberrios@bop.gov 5) Bid Due March 20, 2025 At 11:59 Pm, Et. the Quote Or Bid Must Be Sent To Me Only; Aaponteberrios@bop.gov ( Contract Specialist)
Contact
Tender Id
15BFTD25Q00000008Tender No
15BFTD25Q00000008Tender Authority
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA ViewPurchaser Address
-Website
beta.sam.gov