New York Bids > Bid Detail

MDC BROOKLYN_ WATER TREATMENT

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159930045692272
Posted Date: Feb 20, 2024
Due Date: Mar 4, 2024
Source: https://sam.gov/opp/88ab7a4eec...
Follow
MDC BROOKLYN_ WATER TREATMENT
Active
Contract Opportunity
Notice ID
15BBR024Q00000010
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
MDC BROOKLYN
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
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 20, 2024 02:37 pm EST
  • Original Date Offers Due: Mar 04, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Brooklyn , NY 11232
    USA
Description

The Federal Bureau of Prisons: Metropolitan Detention Center located at Brooklyn, NY is requesting a quote for water treatment. Below you will find the information necessary to generate a quote.



It is the intent of this solicitation to obtain a contractor to provide annual water treatment and testing for the equipment listed below as well as potable micro bacterial & lead testing at ( 6) water faucets.



EQUIPMENT TO BE SERVICED:



1. 3-Cleaver Brooks Hot Water Boiler Model# CB I 200-300 (MDC Brooklyn/west)

2. 1- Clayton Industries LG 100-1 (MDC Brooklyn/west)

3. 1- Clayton Industries EO-100-1 (MDC Brooklyn/west)

4. 3- York Para flow Chiller FP-185-1 ?C-S-D (MDC Brooklyn/west)

5. 6- Marley Cooling Tower 082456-002-95B (MDC Brooklyn/west)

6. 2- Clever Brooks Boiler CB700-250 (MDC Brooklyn/ east)

7. 1- Baltimore Airfoil VT1-N240P (Dayton Manor)

8. 2- Clever Brooks Boiler CB200-50 (Dayton Manor)

9. 2- Baltimore Airfoil XES3E-8518-07L Cooling Tower (MDC Brooklyn)

10. 1- Multistack Chiller MS80T (Dayton Manor)



-------------------------------------------------------------------------------



PLACE OF PERFORMANCE



The location hereinafter referred as "MDC Brooklyn" shall refer to performance at location at 80 29"' Street, Brooklyn, NY 11232, and staff housing (Dayton Manor) is located at 9325 Fort Hamilton Parkway, Brooklyn, NY 11209.



--------------------------------------------------------------------------------------------------



SCHEDULE



All work will be performed between 8:00 AM - 4:00 PM. The anticipated period of performance begins on the date of the award through September 30, 2024.



--------------------------------------------------------------------------------------------------



EVALUATION FACTORS



Evaluation factors are past performance and lowest price. Best value determination method will be used to make awards. The government will award to the responsible contractor whose quote is conforming to the solicitation.



--------------------------------------------------------------------------------------------------



Please submit your quotes by: Monday, March 4, 2024 at 12:00 PM to b2rodriguez@bop.gov. Be sure to specify the Solicitation number in the subject portion of the email. All vendors must complete and comply with the following:



1. Complete and submit the contractor's information sheet.



2. Submit their quote.



3. Review the Scope of Work .



4. Be registered in the System for Award Management (SAM), http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation.



If your company is not registered in SAM.GOV please do so at: https://sam.gov/SAM/pages/public/loginFAQ.jsf



If you encounter a problem registering in SAM.GOV, please contact: *** Federal Service Desk Contact Information Website: www.fsd.gov Hours of Operation: 8am - 8pm (Eastern Time) Number: 866-606-8220. ***



5. Review and comply with the attached Service Contract Act WD #2015-4187 for appropriate wage determinations.



"The Davis-Bacon and Related Acts, apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration, or repair (including painting and decorating) of public buildings or public works. Davis-Bacon Act and Related Act contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. The Davis-Bacon Act directs the Department of Labor to determine such locally prevailing wage rates. The Davis-Bacon Act applies to contractors and subcontractors performing work on federal or District of Columbia contracts."




Attachments/Links
Contact Information
Contracting Office Address
  • C/O NE FINANCE CENTER PO BOX 38
  • BROOKLYN , NY 11232
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 20, 2024 02:37 pm ESTSolicitation (Original)

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 >