New Jersey Bids > Bid Detail

FCI FORT DIX EMERGENCY ROOF DAMAGE REPAIR; WINTER-WIND STORM JANUARY 09-10, 2024

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159772556219314
Posted Date: Jan 31, 2024
Due Date:
Source: https://sam.gov/opp/2e785d2c1d...
Follow
FCI FORT DIX EMERGENCY ROOF DAMAGE REPAIR; WINTER-WIND STORM JANUARY 09-10, 2024
Active
Contract Opportunity
Notice ID
15BFTD24P00000114
Related Notice
Contract Line Item Number
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI FORT DIX
Award Details
  • Contract Award Date: Dec 30, 2024
  • Contract Award Number: 15BFTD24P00000114
  • Task/Delivery Order Number:
  • Contractor Awarded Unique Entity ID: STP1BDSAHK84
  • Contractor Awarded Name: CRS ROOFING SYSTEMS, LLC
  • Contractor Awarded Address: Katy , TX 77449 USA
  • Base and All Options Value (Total Contract Value): $225,000.00
General Information View Changes
  • Contract Opportunity Type: Award Notice (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 31, 2024 08:26 am EST
  • Original Published Date: Jan 31, 2024 08:21 am EST
  • Inactive Policy: 15 days after contract award date
  • Updated Inactive Date: Jan 14, 2025
  • Original Inactive Date: Jan 14, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5650 - ROOFING AND SIDING MATERIALS
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    Joint Base MDL , NJ 08641
    USA
Description

INTRODUCTION

The Federal Correctional Institution (FCI) located at Fort Dix, New Jersey, intends to make a single award to a

responsible entity for the repair or replacement of EDPM Roofing on select buildings and other storm damage

repairs as set forth in this solicitation/contract.

The Government reserves the right to award without discussion and to make a single award. Therefore, each

initial quoted should contain the best terms from a cost or price standpoint.

PLACE OF PERFORMANCE

FCI Fort Dix

5755 Hartford Road

Joint Base MDL, NJ 08640



SCHEDULE OF DELIVERY PERFORMANCE

The contractor will provide all labor, material and equipment necessary to remove, replace and/or repair the

EPDM roofing, dens deck, insulation, fascia, to include all wood nailers, flashings, terminations, anchors,

gutters and downspouts. The roofs received storm related damage due to high winds.

All work is to be performed in accordance with specifications and drawings prepared by STV Incorporated

unless otherwise noted to include but not limited to updates in building codes and wind shear requirements.

The roof repair and /or replacement will be conducted on the following roofs:

Building 5741 -Repair

Building 5831 -Repair



Building 5741 is considered to be in a high wind shear area and repairs should meet or exceed those

requirements set forth by industry standards.

The following buildings will require repairs and/or replacement to the fascia, flashing, gutters, and

downspouts. The roofs upon visual inspection appear to be intact:

Building 5811

Building 5812



SCHEDULE OF PERFORMANCE

Working hours are Monday thru Friday 7:00AM-3:00PM to exclude federal holidays except during

emergencies. Any work required to be completed at any other time than noted above must be requested in

writing to the Contracting Offic r's Representative (COR). The COR will review any request for a change

in schedule and make a determination. It shall be the responsibility of the Contractor to familiarize himself, his employees, and any

subcontractors of the working hours and conditions in the correctional facility, as working hours may

not constitute a full eight-hour work day. The Government assumes no responsibility to the Contractor

nor to any subcontractors for shorter hours due to i stitutional emergencies or entry and/or exit of

workers necessitated by normal institution routines. Contractors should plan for a minimal amount of time accrued for security considerations, i.e., movement through the secure entrance to the work site, delays due to inmate movement, institution lock-down,

institutional emergencies, tool inventories checklist, and material loading and unloading. In the event of an institutional emergency, the Contractor will be instructed to secure all work, secure and stow all tools, equipment and materials, and the Contractor will be escorted out of the institution. Work will be allowed to resume once the institution emergency passes.



INSTITUTION SECURTIY

Contractor employees working at the FBOP institution will be subject to a background investigation after

award of the contract. Contractor employees must complete all applicable forms provided by the FBOP.

Following the investigation, the FBOP will provide the Contractor with a list of employees cleared to

work at the institution. If a Contractor's employee is not cleared, that fact will only be communicated to the Contractor. No additional justification will be released.



The contractor and their construction staff awarded the project will be required to attend a four (4) hour

orientation and security procedures training. The contractors and any subcontract staff are required to

attend. This training must be accomplished prior to any contract or subcontract employee being granted

access to federal property to start work.



All contractors/subcontractors will be issued and required to wear a picture ID/contractor badge

provided by the institution. For security reasons, the badge will be worn in a visible manner as directed

by the Contracting Officer's Representative.



All contractors and subcontractor employees will provide a check list of all employees on site each day

to the COR, verifying the number of workers on site each day and that all workers are approved to be on

site.

The Contractor agrees to adhere to all regulations as outlined in HSPD-12 (Homeland Security

Presidential Directive), agrees to adhere to all regulations prescribed by the institution for safety, custody

and conduct of staff, contractor workers and inmates. The Contractor may at any time be removed from

the institution grounds at the discretion of the Warden.

DELILVERY OF MATERIALS

All construction related equipment and materials required for the contractor to work on this project will

be processed by the contractor and delivered to the contractors approved storage area. Any construction

related deliveries which are delivered on site, can be received by the contractor Monday through Friday,

excluding Federal Holidays between the hours of 7:00AM - 3:00PM. The contractor will be required

to notify the COR when a delivery is scheduled and a contractor representative must be present at time

of delivery. Under no circumstances will institutional staff be responsible for the acceptance of any

Contractor or company deliveries. The contractor shall be responsible for providing their own means of

loading and unloading materials and/or equipment.

All materials that enter the secure institution will have to be placed on a pallet and scanned through an xray

machine to ensure no contraband is present before proceeding to enter the

secure area(s) of the institution. This step will be conducted during the normal working hours and could

delay entrance to the secure institution. The contractor should plan accordingly on days material(s) are

required to enter the secure institution.

DESCRIPTION OF BUILDING ROOF

All work is to be performed in accordance with specifications and drawings prepared by STV

Incorporated unless otherwise noted to include but not limited to updates in building codes and wind

shear requirements.

All materials specified by STV Incorporated must be brand name or an equal product. Should the

contractor choose to submit an equal product, you must submit all technical specification of the equal

product to be analyzed and a technical determination issued with acceptance/non-acceptance.

Building 5741 -Building Type "B" Roofing Plan Building 5831 -Building Type "E"

Roofing Plan

Repairs as specified by the institution will not receive a full replacement of materials, rather the minimum

amount of viable material to make the roof back to specifications previously set forth.

REMOVAL OF EXISTING BUILDING ROOFING

The contractor will be responsible for removal and disposal of all materials in accordance with all

Federal, State, and local applicable laws. An open top dumpster(s) provided by the contractor can be



utilized daily at the building site if work area is suitable for such equipment. The dumpster will have to

remain in a secure area accordingly to policies prior to full removal off of institutional grounds.

TESTING AND INSPECTION AND WARRANTIES:

The contractor at a minimum shall meet manufacturer recommendations, and industry standards set

forth in accordance with all federal, state and local regulations. Upon the completion of the installation,

the contractor will inspect the end product for sign-off performance to the satisfaction of the Contract

Officer Representative (COR). The contractor will

provide at a minimum a two (2) year warranty on all work performed and a minimum of a fifteen (15)

year warranty on all products from the manufacturer. If the manufacturer warranty does not meet the

fifteen (15) year minimum warranty requirement, the contractor must provide an approved replacement

product to meet obligations or absorb the warranty requirements set forth in this contract award.

STORAGE OF TOOLS, MATERIALS, AND EQUIPMENT

All contractor tools shall be inventoried prior to entrance and exit from the institution daily. Any

contractor materials, tools, and/or equipment that will be required to be brought on site for an extended

period of time to expedite the project completion shall be permitted to be stored in a previously approved

location agreed upon by the Contract Officer Representative and the contractor.

DEFINITIONS

The Contract Officer (CO) executes the contract on behalf of the Government; this shall include a duly

appointed successor. The Contracting Officer is the only official authorized to administer, modify and/

or terminate the contract. The Contracting Officer makes related approvals, determinations, and finding

pertaining to the contract and is the only individual on the project staff who can obligate funds on behalf

of the Government.

The FCI shall ensure a Contract Officer's Representative (COR) is present to allow access to all areas

by the contractor. The COR will be located at the project site and has overall responsibility for the

administration of the operations and activities at the project site. The COR represents the Contract

Officer for all technical matters that arise under the contract. The COR will evaluate the contractors

performance and prepare a performance report at the end of the contract.

The Contract Officer Representative (COR) shall not, and has no authority to re-delegate authority to

any other person, change or modify any terms of the contract, obligate the payment of any money by the

Government and/or cause the contractor to incur cost not otherwise covered by the contract.

The contractor shall provide to the Contract Officer

Representative, (3} three copies of the safety data sheet (SOS}

on all materials and substances that may be used during the

course of the project. In the event the Institution Safety



Manager does not approve the material, it shall be the

responsibility of the Contractor to locate and procure an alternative product.

OTHER CONSIDERATION

The FCI shall ensure a representative is present to allow access

to all areas by the contractor. Contractor performance will be monitored.

It is the contractor's responsibility to repair and/or replace

any Government property damaged by contractors/subcontractors

employees. Damage will be corrected and restored to previous

condition at no cost to the Government.

Contractor wi11 NOT be a11owed to bring cell phones, cameras, weapons or any other

objects that violate criminal laws or are prohibited by Federal regulations or Bureau of

Prisons policies on institution grounds. If use of a telephone is required in case of an

emergency, the Government will provide a phone line for use.

Contractor will be permitted to wear jeans in the institution,

however, shorts, green or khaki-color clothing will not be

allowed. The clothes will be proper and suitable for the services being provided.

It is recommended that Contractor employees bring their lunch

into the institution. Contractor employees will be permitted to

exit the institution at any time while during normal institution operations. Consideration to reentry

access is advised as it can significantly impact performance. Depending on

institutional operations, re-entry may be encumbered due to

various reasons to include, but not limited to; BOP escort staff

not availability, security processing times, institution emergencies, etc.

Federal smoking policy on Federal property states that smoking

is only allowed in outdoor designated areas. This policy will be strictly enforced.

Any contractor employees who will require departure of the

institution due to an incurred injury while performing

prescribed work will be allowed to do so. However, the primary

contractor shall be responsible to dispatch another institution

authorized replacement as soon as reasonably possible to compete the necessary work.

All work shall be carried out in such a way as to cause minimal

interference in the normal operations of the institution.

Contractor and subcontractor employees shall comply with all

institution regulations regarding safety and security. The COR

or Contracting Officer may, if circumstances dictate, instruct

the Primary Contractor to remove a particular assigned employee



if he or she demonstrates, or is found, to be incompetent,

careless, insubordinate, unsuitable, or in essence

unprofessional in the delivery of contracted services and whose

continued assignment to work at the institution would be deemed

contrary to the security of the institution.

The Contractor shall be responsible for removing all waste from

the institution grounds and disposing of in accordance with all

federal, state, and local regulations.





_______________________________________________





JUSTIFICATION FOR OTHER THAN FULL A.ND OPEN COMPETITION



REPAIR STORM DAM.AGE FCI FORT DIX, NEW JEIRSEY B&F PROJECT 2422 .zs





Pursuant to the Federal Acquisition Regulation (FAR) S ubpar·: 6.302-2(a) (2) and 6.302-2



(b) (1) & (2), and the Bureau of Prisons Acquisition Po]:icy (BPAP) Part 6.3O4(a), the Federal Bureau of Prisons (BOP) has determined that the pro:urement of Repairs to the Housing Unit Roofs meets the criteria established for other than full and open competition. It is further determined that the circumstances of this requirement are of unusual and compelling urgency that preclude competition, and that delay in award of contract would result in serious injury, financial or other, to the Government. This limitation on competition is justified as supported by the following informc.tion:






  1. Agency:



Department of Justice Federal Bureau of Prisons



Federal Correctional Institution Fort Dix 5755 Hartford Road



Joint Base MDL, N.J. 08640






  1. Nature and/or description of action being approved:



This action is for the acquisition of emergency repair:; to housing unit roofs from storm related damage.






  1. Description of supplies or services recmired.tc nget tl mcy needs: During the dates of 01/09/2024 through 01/10/2024 FCI Fort Dix experienced a weather related storm causing severe damage to several housing unit roofs and



other damage to building that affect the buildings • xte ndecl use if not corrected. The repair cost is expected not to exceed $225,000.00.






  1. Statutory authority permitting other than fu.U.a1}! oi,en competition: 41 U.S.C. 3304 (a)(2) and FAR 6.302-2 (a)(2). When the agency's need for the supplies or services is of such an unusual and ceimpe1ling urgency that the



Government would be seriously injured unless the agency is per11itted to limit the number of sources from which it solicits bids or proposals, full a1d open competition need not be provided for.






  1. Determination that proposed contractoir's uni,il!U? qlllalifications or the nature of the acquisition requires use of the authorttx cit d:



Due to urgent need of repairing roofs to prevent further water irtrusion, freezing conditions in the ceilings, and safety and se,::urity of the institution. The winter season night time temperatures drop below freezing for approximately the next 4 months.






  1. Efforts made to solicit from as many sources a:5LJtJ]tcticable htcluding whether or not a notice was or will be publicized as r• .Q.!llirgd by· FAR E'art. 5.2:



Due to the urgent and compelling nature of this re;:iuirement, there is not sufficient time to post this requirement to the Federal Bm:iness Opportunitfes (FBO) website to obtain competition.






  1. Contracting Officer's determination that the osJJ;p the- GovEtrnment will be fair and reasonable:





Prices will be analyzed by the Contracting Officn wit the ::1ssist.rnce of the Facilities Manager, and the Business Office Accountant in order :o det:erm:ne price reasonableness at time of invoice.






  1. Description of the market survey conductedl



Due to the urgent and compelling nature of this re1uir2rne11t, thne is not sufficient time to conduct a formal market survey.






  1. Other Facts Supporting the Use of Other ThanJnll arnd_OperiCompetition:



None.






  1. List of Sources. Expressing in Writing, lntere ;11:_in_the Acquis i1:ion:



No other sources were sought due to the ur..usu.,iltn d compelling nature of request.






  1. Actions Taken by the Agency to Remove or Overcome B.arrier ; to Competition:



Future Acquisitions will be competed when prai ti,:abl1 .






  1. Contracting Officer's Certification:





I hereby certify that the above justification is aci:u:·ate and complete to the best of my knowledge and belief.







Approved By:



ARTURO APONTE- Berrios



Contract Specialist



F.C.I. Fort Dix







Digitally signed by ARTURO APONTE- BERRIOS



Date: 2024.0l)1a.3t 20 10:46:58 -05'00'










  1. Cost Center Manager's Certification:



I hereby certify that this justification and the su:iporting d,,ta Fm :he certification are accurate and complete to the best of my knowled51 :rnd belid.



Approved By:











Jamey F. Kruskie Facilities Manager



F.C.I. Fort Dix






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • NE FINANCE CENTER PO BOX 38
  • FORT DIX , NJ 08640
  • 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 >