15B51524Q00000012 - Repair and Repaint Water Tower - Project 24Z5AT1

Agency:
State: Texas
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159788949242570
Posted Date: Mar 1, 2024
Due Date: Mar 8, 2024
Source: Members Only
Follow
15B51524Q00000012 - Repair and Repaint Water Tower - Project 24Z5AT1
Active
Contract Opportunity
Notice ID
15B51524Q00000012
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI TEXARKANA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 01, 2024 08:30 am CST
  • Original Published Date: Feb 21, 2024 11:00 am CST
  • Updated Date Offers Due: Mar 08, 2024 04:00 pm CST
  • Original Date Offers Due: Mar 08, 2024 04:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 29, 2024
  • Original Inactive Date: Mar 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Texarkana , TX 75501
    USA
Description View Changes

There will be a walk through site visit for bidders on March 6, 2024, at 8:00 am CST. Please contact Mr Walker at 903-838-4587 x356 or Mr. McMillan at 903-838-4587 x135.



A. Scope Of Work



The Federal Bureau of Prisons (FBOP), Federal Corrections Institution (FCI) Texarkana intends to award to a

responsible entity for the provision of repainting the elevated water tower at FCI Texarkana, located at 4001

Leopard Drive, Texarkana, Tx 75501.



Awarded contractor will be required to provide all labor, materials, tools, permits, insurance and equipment,

necessary to repair all pitting, sandblasting, and recoating of the current surface on an (elevated) 150,000 gallon

water tower.



B. Operation Specifications



1. Awarded Contractor shall be a reputable Tower or Tank Service Provider with proven experience in domestic water tanks. All assigned Contractor. The Contractor shall provide the Institution’s Contracting Officer and his Representative (COR) with such proof.



2. Service will comply with all Local, State, and Federal codes and safety requirements as well.



3. Labor includes pressure washing the exterior of the tank and support structure using an anti-fungal biodegradable solution. Cleaning of the surface by hand where necessary. Then applying a one spot prime coat of metal primer and one complete finish coat of acrylic.



4. Contractor shall perform job site clean-up and removal of all excess materials, debris, and old equipment associated with the project. Removal and disposal of all debris must be completed in accordance with all applicable Federal, State, and Local laws pertaining to such work.





C. FCI Texarkana Responsibilities



1. FCI Texarkana shall ensure all energy sources needing to be secured to prevent personal injury and/or property damage will be locked-out and tagged-out with the appropriate safety measures. All system isolations and lock-out/tag-out measures to be implemented, and/or removed, will require written verification by the Contractor, COR, and the Safety Manager prior to doing so.



2. FCI Texarkana shall provide the necessary escorting staff members to the Contractor and their assigned Field Technicians carrying out the prescribed work and will allow access to project related institution areas as needed.



3. The Institution Safety Manager shall randomly monitor the project. If at any time the Safety Manager witnesses, or become privy to a deemed “unsafe work practice” being carried out by one or more of the contractor’s assigned field technicians working on site, the contractor will be required to stop work and make the necessary work practice corrections to comply with all OSHA and/or Institution advised safety requirements. Failure to do so may result in work stoppage and other administrative measures.



D. Contractor’s Responsibilities



1. The Contractor shall comply with all applicable Federal, State, and Local laws for the safe transportation, storage, use, documentation, and disposal of all chemicals that may be used on the job. Likewise, all used chemicals, chemically hazardous debris (to include used rags), must be safely collected in approved receptacles and removed by the Contractor in accordance with the aforementioned regulatory entities.



2. All work shall be inspected by the COR and Contacting Officer for quality and meet the terms of this Statement of Work as specified prior to final acceptance and closure of the project.





E. Reference Documents



Attached reference drawings/specifications are provided for work requirements and the Contractor’s benefit.

Actual equipment installation and existing conditions may vary.

ATTACHMENT A-1 Location Plan

ATTACHMENT A-2 Tower Elevation and Loads

ATTACHMENT A-3 Project Photos

II. CONTRACTOR SECURITY/WORKING REGULATIONS



A. Working Hours



1. The schedule for these services will be five (5) days a week, Monday through Friday, with the exception of Federal holidays. The schedule will continue weekly until the installation is completed, not to exceed thirty (30) calendar days from Notice to Proceed (NTP). The rear gate will open at 8:00 A.M. and close at 2:30 P.M. Requests to extend hours or change workdays must be submitted in writing by the Contractor to the Contracting Officer (CO) for approval at least forty-eight (36) hours in advance.



B. Delivery of Materials



1. All construction materials/equipment required for work on this project is required to be processed by the Contractor and coordinated with the COR for temporary storage.



2. Construction related deliveries which are directly shipped to the institution can be received between the hours of 8:O0 AM - 2:30 PM, Monday - Friday, excluding federal holidays. At no point will a Bureau of Prisons (BOP) staff member receive or sign for a delivery if the contractor, or his representative, is not present to verify and accept the delivery.



3. Under no circumstances will FCI Texarkana staff be responsible for the acceptance of any Contractor deliveries.



4. The Contractor shall be responsible to provide for its own means of loading and unloading Contractor material and equipment.



5. The Contractor will not be permitted to impede or block driveways for any extended period that would hinder the normal operations of the institution.



C. Storage of Equipment/Tools



1. If required, all equipment/tools shall be stored in a designated area mutually agreed upon between the COR and the Contractor. If required, the Contractor shall provide a securable, single point access storage container, such as a Job or Gang Box that will be left in the agreed upon storage area for the duration of the project. Size of the storage container will be determined by the Contractor and the COR. The container will be secured using a two padlock protocol with one padlock being provided by the institution lock shop and the other provided by the contractor. For institution security purposes, the contractor shall provide the institution lock shop with one key copy for every contractor padlock being used. If necessary, a contractor provided heavy duty chain may be used to facilitate the locking requirement. All equipment/tools stored within the container will be maintained in a safe an orderly fashion. All contractor padlock key copies will be returned to the contractor upon 100% proven tool accountability by the institution and removal of assigned storage containers from the property.



2. The Contractor shall be responsible for loading and unloading contractor materials and equipment. At no time shall Contractor materials or equipment being staged in a fashion that would block, impede or otherwise hinder the typical operations of the institution.



3. All Contractor ladders that may be needed for the job shall be stored and secured in the immediate work site area. Such ladders will be secured to an agreed upon stationary fixture with a chain and padlock application following the same contractor storage container lock protocol with one padlock provide by the contractor and one provided by the institution’s lock shop.



4. The Contractor shall be required to adhere to the institution’s tool inventory program as it pertains to their tools and equipment entering and exiting the institution. If a contactor owned storage container is to be used for tools, materials, and equipment for the duration of the project, the Contractor will be required to use an institution approved “Daily Inventory Check Sheet” for all items maintained in the container. The process for container tool accountability will require a FCI Facilities Staff member, along with an overseeing Institution Shift Custody Lieutenant, to be present. The container will be inventoried and verified by the

Contractor, the Facility Staff Member, and the Shift Lieutenant at the end of every work shift prior to locking the container shut.



D. Security Clearance/Contractor Badges



1. The Contractor shall provide the COR with the necessary security clearance information on all Contractor Field Technicians assigned to work on the project. In the event a Field Technician does not clear the Institution’s security screening process the contractor may, if necessary, submit another Field Technician candidate. By law, the BOP cannot, and will not, release any information regarding the reason as to why a Contractor employee was not able to clear the institution’s security screening process.



2. All security clearance documentation shall be reviewed and institution approved five (5) working days prior to contractor institution access. Approved security clearances will be in effect for the duration of the project.



3. Contractors assigned to the project will access and depart the institution grounds via the main entrance or when necessary the lower property perimeter road gate.



E. Safety and Personal Protective Equipment



1. The Contractor shall comply with all applicable Federal, State, and Local safety standards providing their field technicians with all necessary safety equipment to include, proper personal protective equipment, Lock-Out / Tag-Out equipment, and any “job-site specific” safety equipment deemed necessary to safely complete the project described in this Statement of Work.



2. All contractor employees shall have, and wear required personal protective equipment prescribed by industry standards at all times while on the job site. It is the responsibility of the contractor to provide such equipment.



F. Other Considerations



1. Contractor technicians will NOT be allowed to bring cell phones, cameras or two way pagers into the Institution. Use of such devices however, may be used on institution exterior grounds. FCI Texarkana Reserves the right to restrict their use at any time if deemed a security threat or risk.



2. The Facilities Department at FCI Texarkana maintains a digital camera that will be utilized by FCI Facility Staff to document the project work. The Contractor may request copies of the digital photos for their record keeping.



3. All deviations from this Statement of Work must be approved in writing by the Contracting Officer and COR.



4. In the event of an institution emergency the contractor may be instructed to secure from all work, secure all tools, equipment, and materials, and if necessary escorted off institution grounds. Work will be suspended until the institution emergency passes.



G. Utilities

1. FCI Texarkana will provide electrical power for all tools required for the project and restroom facilities.

END STATEMENT OF WORK


Attachments/Links
Contact Information
Contracting Office Address
  • 4001 Leopard Drive
  • TEXARKANA , TX 75501
  • 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 >