THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT OFFERS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILLPROVIDE INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY.
PLEASE READ ALL INFORMATION CONTAINED HEREIN BEFORE RESPONDING. PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT AS IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.
The Federal Bureau of Prisons (FBOP) anticipates issuance of a solicitation for the award of a firm-fixed-price construction contract for a project titled Replace High Mast Light #4 at the Federal Correctional Institution (FCI) located in Marion, IL.
FCI Marion is a federal correctional facility located at 4500 Prison Road, Marion, IL 62959. The work to be performed in association with this project includes the following scope:
FCI Marion is seeking sources for the removal and disposal of one existing 100-foot high mast light pole (#4) and associated lighting fixture, and the replacement with a new 100-foot Carolina or equivalent high mast pole. The new pole must include new cables, wires, and LED fixtures, feature an external power drive unit, and match the existing anchor bolt pattern as detailed in the attached Valmont specification sheet. All materials must meet or exceed the specifications provided and comply with local codes and applicable regulations.
Please note that the attached Specifications are subject to change. The Attachment included with the solicitation will provide complete requirements for the project. The solicitation will be posted at a later date.
Access to the specifications and drawings attachments will require an active vendor registration at https://SAM.gov as well as your Marketing Partner IdentificationNumber (MPIN) associated with your SAM registration. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220.
Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $25,000 and $100,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is notmeant to imply that the project has neces-sarily been estimated/budgeted to the maxi-mum of the selected range. It merely con-veys that the estimate/budget lies some-where within that range). The North American Industrial Classification System (NAICS) code applicable to this requirement is
238210 - Electrical Contractors and Other Wiring Installation Contractors with acorresponding small business size standard of $19.0 million.
Interested offerors must be registered in the SAM at www.sam.gov.
The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above to qualify as a small business. Interested small business contractors are requested to respond to this notice by filling out and emailing the completed questionnaire (see attached) to Luke Bonner at lbonner@bop.gov. Interested vendors mustalso add their names to the Interested Vendors List for this posting on the SAM website at https://sam.gov. You must be logged in to your vendor account in order to access the Interested Vendors List. Please add your business name only if you are interested in submitting a bid as a Prime contractor and are capable and eligible to compete for and perform this project. This notice is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of the project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of contract with subcontractors.
The synopsis of proposed contract action will include further instructions for re-sponding to this opportunity. Interested offerors are advised to continuously monitor www.sam.gov for all future updates.