FCI Otisville 4th qtr Bread Items
Agency: FCI Otisville
Location: New York
NAICS: 311811
| Agency | Bureau of Prisons |
|---|---|
| Deadline | 06/02/26 |
| Posted | 05/12/26 |
| Estimated Value | Not Provided |
| Set Aside | SBA |
| NAICS | 332913 - Plumbing Fixture Fitting and Trim Manufacturing |
| PSC | 4510 - Plumbing Fixtures And Accessories |
| Location | Brooklyn, NY 11205 United States |
This is a combined synopsis/solicitation for commercial construction prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contractor is responsible to provide all equipment and labor to remove and replace the fire hydrant on the premisis.The pipe feeding the hydrants at Building 4 has a leak. Evidence of the breakage includes water saturation in adjacent soil, visible interference, and a sunken roadway above the pipe. Additionally, the concrete slab within Building 4 has cracked and shifted along the perimeter which indicates further pipe breaks in the location of the interior fire hydrants. Currently, it is found that the fire hydrant at the corner of the building along Flushing Avenue inside the parking lot does not operate which needs to replace. It is found that the leaking issue is from the water line approximately 103 ft long that is located next to the loading dock extending to the direction of the Paulding Avenue. The contractor is responsible to repair or replace the fire hydrant and piping in order to fix the leaking issue. The contractor is responsible for the repairs, testing, certification, permits and approvals for work to be performed. The fire hydrants shall comply with all local, state and national codes. Any disturbance to Building 4 grounds or interior finishes will be restored to the existing condition, including the concrete slab within Building 4 that has cracked and shifted along the perimeter which indicates pipe breaks. It is anticipated from Notice to Proceed to testing and/or acceptance of the project a performance period of 150 calendar days will be required. The timeframe allotted will allow adequate time for security clearances to be obtained, materials to be ordered and delivered on site, the removal of the old equipment, the work to be completed, system testing to be completed, and demobilization from the work site. (Please refer to the Statement of Work attachment for more details). A site visit is scheduled for: Friday, May 22, 2026 at 10:00 AM. The address is 199 Flushing Ave Brooklyn, NY 11205 . Contractors are required to attend the site and fill out a contractors site visit form to prove they have attended. Submitted quotes without attending the site will not be considered. All contractors who are planning on attending the site visit must email b2rodriguez@bop.gov by Thursday, May 21, 2026 at 2:00 PM. Please submit your quotes by: Tuesday June 2, 2026 at 10:00 AM. to b2rodriguez@bop.gov. Be sure to specify the solicitation number in the subject portion of the email. Evaluation factors are past performance, lowest price, and delivery time. 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. All vendors must complete and comply with the following: 1. Attend the site visit. 2. A summary of the technical process you will use to complete the work in accordance with the Statement of Work. 3. Complete the SF24 Bid Bond. It can be emailed. The seal will be visible in the scanned document. 4. Return SF1449 (solicitation) with Page 1 block 17a with Name, Email, UEI, and Phone Number. 30a, 30b, and 30c. Page 4 with amount filled in. 5. 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:
Website: www.fsd.gov
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.
| Contact name | BRIAN RODRIGUEZ |
|---|---|
| Contact email | b2rodriguez@bop.gov |
| Contact phone | (718) 840-4130 |
| Secondary contact name | Dilena Infante |
| Secondary contact email | dinfante@bop.gov |
| Secondary contact phone | 71884042004460 |
Agency: FCI Otisville
Location: New York
NAICS: 311811
Agency: NYC School Construction Authority (SCA) [NY]
Location: New York
NAICS: Not Provided
Agency: City University of New York (CUNY) [NY]
Location: New York
NAICS: Not Provided
Agency: State University of New York (SUNY) [NY]
Location: New York
NAICS: Not Provided