MCC Chicago - FS Drainage and Floor

Agency: JUSTICE, DEPARTMENT OF
State: Illinois
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jun 8, 2023
Due: Jun 20, 2023
Solicitation No: 15B40123PR000138
Publication URL: To access bid details, please log in.
Follow
MCC Chicago - FS Drainage and Floor
Active
Contract Opportunity
Notice ID
15B40123PR000138
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FAO
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 08, 2023 11:07 am CDT
  • Original Response Date: Jun 20, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2FF - REPAIR OR ALTERATION OF PENAL FACILITIES
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Chicago , IL 60605
    USA
Description

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 BIDS. A PRE-SOLICITATION SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.



PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.



Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Trisha Holm at tmanderson@bop.gov . Responses must be received no later than June 20, 2023. Interested vendors must also add their names to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your account).



The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled FS Drainage and Floor, at the Metropolitan Correctional Center (MCC) Chicago, located in Chicago, Illinois.



MCC Chicago is a federally owned facility located at 71 W. Van Buren Street, Chicago, IL 60605. The project consists of the following:



1. The contractor shall be responsible for removing the existing quarry tile floors and thin-set mortar down to sound concrete substrates and disposed of in a contractor provided dumpster. This work will be completed in the entire Food Service area, including the tile in all 3 cooler boxes (Dairy, Food Bank, Produce) and Food Service Administrator Office. Approximately 5000 sqft.



2. The Contractor shall remove all existing ceiling tiles from the kitchen work area prior to beginning demolition work, approximately 5,000 sqft, to protect them from damage during the performance of the work. The Contractor shall carefully package the ceiling tiles for storage, and the Contractor shall re-install them near the end to the construction project. The institution will provide space on site to store the ceiling tiles for the Contractor. The Contractor shall replace all ceiling tiles damaged during the removal and reinstallation process with tiles that match the existing. These existing ceiling tiles are a specialty product for the Kitchen environment, for regular removal and cleaning. The Contractor shall protect all existing light fixtures and all existing Kitchen elements that will remain during the demolition and construction process.



3. The contractor will work with MCC Pipefitter, Facility Manager, and COR and perform a non-invasive sewer .video inspection providing a thorough, detailed, and precise analysis in real time. A technologically advanced camera with high-resolution imaging and waterproof protection will be used. The camera will be attached to a flexible rod for complete mobility and maneuverability. A pipeline inspection gauge and other tools can also be attached.



4. The contractor will use pipe locating equipment and mark all sewer lines on the concrete floor throughout Food Service.



5. Prior to demolition and replacement of all Kitchen drain lines, drainage devices and cleanouts; the Contractor shall perform a camera inspection of all the below floor kitchen drainage lines and components. The camera inspection shall be coordinated with the institution staff (Facility Manager/COR/Pipe Fitter) to verify all existing conditions of the kitchen drainage system, prior to demolition and construction.



6. Two drains will be added outside of each egress door (2) as marked on the drains drawing, both doors are in Food Service.



7. The contractor will work with MCC Pipefitter, Facility Manager, and COR after the camera inspection and create an as built drawing showing all changes that needed to be made prior to the start of any work.



8. It shall be the responsibility of the Contractor to complete work in accordance with Federal, State, and Local Code Standards. Additional procedures and materials may be required than is indicated herein. If any item specified herein conflicts with the applicable codes and recommendations, the Contractor shall bring it to the attention of the Contracting Officer Representative for immediate resolution.



9. Contractor to remove all concrete needed to make all repairs/replacements. All concrete prepping and cutting equipment will be electrical, with all construction work being in a basement no gas-powered equipment will be allowed. Wet cut saws and dust controlling vacuums will be used on all equipment.



10. After all plumbing repairs/additions have been made, the contractor will work with the MCC Pipefitter, Facility Manager, and COR, to verify proper drainage on all lines with a large volume water test, (underground stack test). The test will be monitored using sewer video inspection equipment.



11. After all plumbing repairs/additions have been made, the contractor will ensure all concrete repairs are done in such a way that the new seamless coating can be installed over these concrete repairs in a reasonable amount of time (EXAMPLE: additive to concrete mix to speed up cure times). Time frames will be discussed and approved by the MCC Facility Manager, and COR.



12. The contractor will begin preparations for urethane mortar resurfacing system. This will provide a sealed, waterproof, durable, and seamless finish.



13. The contractor will prepare the floors with a virtually dust-free, and odorless shot-blasting method. 330-390 steel shot will be used to provide a medium blast profile per ICRI CSP5. Edges where the shot-blast machine cannot reach will be hand ground with diamond grinders connected to dust-collecting vacuums.



14. Following the above preparation, the contractor will install a high solids urethane slurry/broadcast flooring system at a nominal 3/16" thickness. This specialty flooring system will be designed to withstand heavy traffic and is highly resistant to thermal shock. Color to be determined by MCC COR



15. The contractor to Install 2-inch Cant cove base to the floor/wall interface around the total floor and around the seven (7) structural columns to provide a watertight “bathtub effect” for the entire area. NOTE: No cove base against Freezer and Refrigerator insulated panel walls.



16. A caulk joint will be installed against Freezer and Refrigerator insulated panel walls instead of the 2’’ Cant cove base.



17. Contractor to install a heavy layer of “Novolac” epoxy will then be applied to the floors and cove base. This is a 100% solids “Novolac”-based specialty coating compound formulated to provide excellent temperature (up to 220 degrees Fahrenheit intermittent), acid, chemical and abrasion resistance, approximately 5000 sqft of floor.



18. Contractor to install a reinforced wall coating in the dishwashing area, approximately 400 sqft of wall space.



•Remove the existing paint down to concrete substrate.



•Patch any damaged or pitted areas with 100% solids plural component epoxy patching compound.



•Install 100% solids plural component thixotropic filler/primer.



•Spray apply, 100% solids plural component Kevlar and Fiberglass stranded epoxy system at a minimum of 45 mils.



•Install one final 100% solids plural component glaze coat at 6-8 mils.



See the Statement of Work/Specifications attachment for the complete requirements for the project.



Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov.



Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $250,000 to $500,000 (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 238330 (Flooring Contractors) with a corresponding small business size standard of $19 million. To be considered an interested vendor, you must possess this NAICS code in your https://sam.gov registration.



Interested bidders must be registered in https://sam.gov.



The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration). Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Trisha Holm at tmanderson@bop.gov. Responses must be received by June 20, 2023. Interested vendors must also add their name to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your vendor account).


Attachments/Links
Contact Information
Contracting Office Address
  • USAF RES CMPLX 346 MARINE FORCES DR
  • GRAND PRAIRIE , TX 75051
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 08, 2023 11:07 am CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...GENERAL SERVICES ADMINISTRATION Sub-tier PUBLIC BUILDINGS SERVICE Office PBS R5 ACQUISITION MANAGEMENT..., the ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 8/23/2024

...Purchase Method: Open Market Pre Bid Conference: Bulletin Desc: The office of the ...

State Government of Illinois

Bid Due: 5/28/2024

...Department/Ind. Agency ENERGY, DEPARTMENT OF Sub-tier ENERGY, DEPARTMENT OF Office FERMILAB - DOE...]: ...

ENERGY, DEPARTMENT OF

Bid Due: 5/16/2024

...GENERAL SERVICES ADMINISTRATION Sub-tier PUBLIC BUILDINGS SERVICE Office PBS R5 ACQUISITION MANAGEMENT... will ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 8/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.