West Virginia Bids > Bid Detail

FCC HAZELTON, 2 UT SERIES GAS TUMBLER TO INCLUDE INSTALLATION

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 35 - Service & Trade Equipment
Opps ID: NBD00159459842297926
Posted Date: Jun 8, 2023
Due Date: Jun 8, 2023
Solicitation No: 15B12123Q00000033
Source: https://sam.gov/opp/93093c0f60...
Follow
FCC HAZELTON, 2 UT SERIES GAS TUMBLER TO INCLUDE INSTALLATION
Active
Contract Opportunity
Notice ID
15B12123Q00000033
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
USP HAZELTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 08, 2023 12:57 pm EDT
  • Original Published Date: Jun 08, 2023 12:54 pm EDT
  • Updated Date Offers Due: Jun 08, 2023 02:00 pm EDT
  • Original Date Offers Due: Jun 08, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 23, 2023
  • Original Inactive Date: Jun 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3510 - LAUNDRY AND DRY CLEANING EQUIPMENT
  • NAICS Code:
    • 423850 - Service Establishment Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    Bruceton Mills , WV 26525
    USA
Description

The Federal Bureau of Prisons, Federal Correctional Complex Hazelton located at 1640 Skyview Dr, Burceton Mills, WV, is issuing a solicitation for labor, materials, and equipment necessary to replace 2 Gas Commercial Dryers. The dryers are located at the United States Penitentiary (USP- High) Laundry. Contractors must be registered on the System for Award Management website at https://beta.sam.gov/. Only those vendors registered will be considered.



All work is to be completed as per the Statement of Work.



Contractor shall unhook/detach all connections in preparation for the relocation of two whole individual dryers from the confines of the USP Laundry department located at FCC Hazelton. The two existing dryers are to be relocated to an FCC Hazelton appointed area by FCC Hazelton Staff and replaced by two Unimac UT170NDN gas drying tumblers. Contractor shall be able to use institution dumpsters. demolition does not include disposal and removal of the two dryers from the job site. The FBOP will retain possession the two dryers removed by the Contractor.



The successful contractor shall provide labor, equipment, parts, materials and supplies to provide the following:




  • Furnish and install to working order (2) new Unimac model# UT170NDN 170-pound Gas Drying Tumblers.

  • Dryers will have the following specifications: Capacity 170-lb, cylinder diameter 50.8”, cylinder depth 42.5”, cylinder volume 49.8”, overall width 52.9”, overall depth 69.8”, overall height 94”, door opening size 26.9”, water inlet size ¾”-11 ½” NH hose connection, energy data (gas model) 395,000 Btu/hr, utility connection 1” NPT, air outlet 12”, motor HP 1.5w, airflow – cfm 2150, electrical specifications 440-480V/50-60/3 6A, net weight 1400lb.

  • Start up, commissioning and verification of the new dryer operation, including manufacturer acceptance report.



Work will be completed by the end of August 2023. Contracts will follow the requriements of Wage Determination No. 2015-4349 for Preston County, WV. The service is a contractual arrangement and not a personnel appointment; Payment is based on an end product or the accomplishment of a specific result; The service does not constitute an employer/employee relationship; and the contractor will not be subject to Government supervision, except for security-related matters; However, contractor performance shall be monitored.



Contract type is firm-fixed price. The Government will award to the responsible offeror whose offer, conforming to the solicitation, which is considered to be most advantageous to the Government. The solicitation will be made available on June 8, 2023, and will be posted to the General Services Administration’s Federal Business Opportunities website: https://beta.sam.gov/. All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The anticipated date for receipt of quotes is June 16, 2023, at 2:00 pm EST. A signed SF 1449, including vendor information with a valid UEI, must be submitted to be considered a viable quote. Payment will be made using Electronic Funds Transfer (EFT). The points of contact regarding this solicitation are Kelly Brown, Supervisory Contract Specialist, and Charles Hall, Contract Specialist, FCC Hazelton, 1640 Skyview Drive, Bruceton Mills, West Virginia 26525. E-mail contacts: Mrs. Brown k1roberts@bop.gov and Mr. Hall cehall@bop.gov . Completed offers must be delivered via email to HAX-ProcurementProp-S@bop.gov, (CC: k1roberts@bop.gov AND cehall@bop.gov) A confirmation email will be sent when bids are received. Fax or mailed quotes will not be accepted. The anticipated award date will by June 23, 2023 (subject to change).



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.



DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS CLAUSE (JUNE 2004)

For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have:



1. Legally resided in the United States (U.S.);

2. Worked for the U.S. overseas in a Federal or military capacity; or

3. Been a dependent of a Federal or military employee serving overseas.



If the individual is not a U.S. citizen, they must be from a country allied with the U.S. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction.


Attachments/Links
Contact Information
Contracting Office Address
  • 1460 SKY VIEW DRIVE PO BOX 450
  • BRUCETON MILLS , WV 26525
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >