Similar Projects
Grading and Bituminous and Concrete Pavement Repair
Infrastructure, Alteration
Conception
$6,600,000 est. value
Osseo, MN 55369

Greenway Development: Minnesota River Greenway - Fort Snelling Segment - P00127 - Dakota County
Infrastructure
Conception
$7,425,139 CJ est. value
Eagan, MN 55123

Ardan Place Housing Development
New Construction
Design
Rosemount, MN 55068

Vermillion Acres Senior Living
New Construction - 99,300 SF
Design
$30,000,000 est. value
Hastings, MN 55033

Currie Commons
New Construction, Infrastructure
Bidding
$75,000,000 CJ est. value
Minneapolis, MN 55405

RFQ Construction Manager - Construction Management Services for the Clay County Substance Abuse Crisis Facility
New Construction, Infrastructure - 21,771 SF
Bidding
$13,900,000 CJ est. value
Moorhead, MN 56560

Woodland Dentistry / Alexandria
New Construction, Infrastructure - 10,518 SF
Sub-Bidding
$6,100,000 CJ est. value
Alexandria, MN 56308

Alomere Health Rehab Services - BP 1
New Construction, Infrastructure - 28,581 SF
Sub-Bidding
$3,500,000 CJ est. value
Alexandria, MN 56308

Thompson County Park General Site Improvements
Post-Bid
$1,400,000 est. value
West Saint Paul, MN 55118

Linde WMA Building Demolition and Site Rehabilitation
Post-Bid
Janesville, MN 56048

Replace Two Elevators at MCF - General
Renovation
Results
$944,835 est. value
Moose Lake, MN 55767

Silver Lake Water Quality Improvement
Infrastructure
Results
$128,936 CJ est. value
Chanhassen, MN 55317

Orchard Place Retail Center
Addition - 24,800 SF
Construction
$1,000,000 to $5,000,000 CJ est. value
Apple Valley, MN 55124

Jie Mandarin Immersion Addition and Renovation - Part 2 Bid Package #2
New Construction, Infrastructure - 20,000 SF
Construction
$1,298,790 CJ est. value
Saint Paul, MN 55116

Zentih Tiny Home Neighborhood
New Construction, Infrastructure - 19,250 SF
Pending Verification
Duluth, MN 55806

Last Updated 08/12/2022 02:06 AM
Project Title

Asbestos Abatement I-Unit FCI Sandstone

Physical Address View project details and contacts
City, State (County) Sandstone, MN 55072   (Pine County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Prison/Jail, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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 (BOP) anticipates issuance of solicitation 15B41322Q00000005 for the award of a firm-fixed-price construction contract for a project entitled Remove Asbestos at Federal Correctional Institution (FCI) located in Sandstone, Minnesota. FCI Sandstone is located at 2300 County Road 29, Sandstone, MN 55072. The following brief synopsis should not be considered inclusive of work required to complete the project. The project is for the removal, disposal and replacement of approximately 6,109 square feet asbestos containing floor tiles and mastic inside inmate housing unit. The contractor shall supply all labor, materials, services, insurance, permits and equipment to carry out the work in accordance with all applicable federal, state and local laws. The performance period for the project will be 116 calendar days from issuance of the notice to proceed to final acceptance for all work identified in the Statement of Work. 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 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 North American Industrial Classification System (NAICS) code applicable to this requirement is 562910 with a corresponding small business size standard of $22 million. The solicitation will be available approximately on or about July 13, 2022. The solicitation will be distributed solely through SAM.GOV formally (FBO) website at www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. Any secure/locked documents uploaded with the solicitation will require an active SAM vendor registration (log in) for access. If you encounter problems accessing these documents, please contact Customer Service at www.sam.gov. 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 the System for Award Management (SAM) at www.sam.gov. Interested firms must provide a Capability Statement with the following information: Company Name, Address, Point of Contact, Telephone and Fax Number, E-Mail Address, Business Size, and unique Entity Identifier (UEI). 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. Each quoters SAM 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 SAM registration and update as necessary, including the size metrics information. This is a 100 percent Small Business Set-Aside. Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All responsible sources may submit a quote which shall be considered by the agency. A pre-quotation conference and site visit are scheduled for August 03, 2022 9:00 a.m. local time at FCI Sandstone Main building 2300 Co Page 3 of 4 Rd 29, Sandstone, MN 55072 This is the only pre-quotation conference/site visit scheduled. The prequotation conference/site visit is not mandatory (see provision 52.236-27 Alternate I of the solicitation). However, all offerors are urged to attend. NCIC background checks will be required for participants attending this conference. The authorization for release of information (Form BP-A0660 NCIC Check) shall be completed for each attendee and submitted to FCI Sandstone no later than July 26, 2019 2:00 p.m. local time, email request for NCIC check and submit documentation to Julie Franklin @ jXfranklin@bop.gov. For questions on filling out the NCIC form, contact either Julie Franklin at 320- 245-6531 or Paul Wernke at 320-245-6530. The forms must include a cover letter indicating they are for the I-Unit Asbestos Abatement project in addition to the following information: o Company name and list/number of individuals from the company who will be attending. o Phone number/point of contact for the company for notification of any NCICs that are denied. NOTE: The FBOP is prohibited from divulging any information regarding any reasons for NCIC denials. Only the fact that a person has been denied will be communicated to the company point of contact. The point of contact for the pre-quotation conference/site visit is Brian Wendorff, Supervisory Contract Specialist, 320-245-6205, bwendorff@bop.gov. Any questions relating to the solicitation after the closing of the prequotation conference/site visit shall be sent to Brian Wendorff, Supervisory Contract Specialist, via email at bwendorff@bop.gov no later than August 05, 2022 at 2:00 p.m. local time. In order to provide sufficient response time prior to the offer due date, the Government is establishing the above cut-off date for questions about the solicitation. All offerors shall offer in accordance with the current solicitation to include all amendments (if any) as issued by the Contracting Officer only. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation, Asbestos Remediation, Asbestos Abatement.
Division 03 - Concrete, Concrete Forming, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry, Concrete Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications, Metal Specialties, Detention Enclosures.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Access Doors and Panels, Special Function Doors, Security Doors and Frames, Security Gates, Detention Doors and Frames, Windows, Special Function Windows, Detention Windows, Detention Window Screens, Hardware, Glazing.
Division 09 - Finishes, Flooring, Painting and Coating, Special Coatings, Concrete and Masonry Coatings.
Division 10 - Specialties, Signage, Lockers, Flagpoles, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Detention Equipment, Detention Pass-Through Doors, Detention Gun Lockers, Foodservice Equipment.
Division 12 - Furnishings, Detention Furniture.
Division 13 - Special Construction, Special Purpose Rooms.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Sanitary Sewerage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting, Interior Lighting, Emergency Lighting, Special Purpose Lighting, Detention Lighting, Exterior Lighting.
Division 27 - Communications, Data Communications, Voice Communications, Audio-Video Communications, Audio-Video Systems, Electronic Digital Systems, Public Information Systems, Distributed Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Video Surveillance, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Earth Moving, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents