EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
ID: 15BBNF26B00000004Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFAOGRAND PRAIRIE, TX, 75051, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF PENAL FACILITIES (Z2FF)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.

    Point(s) of Contact
    Patrick Ford
    pford@bop.gov
    Files
    Title
    Posted
    Standard Form 24 (SF 24) is a Bid Bond form used when a bid guarantee is required for federal government contracts, including construction, supplies, or services. It outlines the obligations of the Principal (bidder) and Surety(ies) to the United States of America. The bond ensures that if the Principal's bid is accepted, they will execute the necessary contractual documents and provide required bonds within specified timeframes (60 days for acceptance, 10 days for execution, if not otherwise stated). Failure to do so obligates the Principal to pay the Government for any cost of procuring the work that exceeds the original bid amount. The form also details conditions for sureties, including their liability limits, requirements for corporate and individual sureties, and instructions for proper execution, such as affixing corporate seals and providing evidence of authority for signatories. The document emphasizes adherence to Department of the Treasury's list of approved sureties for corporations and the need for an Affidavit of Individual Surety (SF 28) for individual sureties. It also provides instructions for expressing the penal sum as a percentage of the bid price with a maximum dollar limitation and clarifies that "bid" and "bidder" include "proposal" and "offeror" in negotiated contracts.
    The BP-A0660 form,
    The Federal Bureau of Prisons (BOP) issued Solicitation No. 15BBNF26B00000004 for the emergency repair of the A/C system at the DCB Building in FCC Victorville. This 100% small business set-aside requires contractors to be registered in SAM.gov under NAICS code 238220. Bids are due by February 3, 2026, at 11:00 AM PST and must be submitted electronically via the JEFS APP BOX. A mandatory bid bond, 20% of the bid price (up to $3 million), must be mailed with a wet signature. A pre-bid conference and site visit are scheduled for January 7, 2026, at 9:00 AM, requiring a criminal history check. Past performance and banking questionnaires are mandatory, with references submitting directly to the Contracting Officer, Patrick Ford (pford@bop.gov), by the bid due date. Award will be based on contractor responsibility, including financial resources, satisfactory performance, integrity, and technical skills. A virtual bid opening will be held on February 3, 2026, at 11:00 AM PST via Microsoft Teams.
    This government solicitation, 15BBNF26B00000004, issued by the Federal Bureau of Prisons, outlines an Invitation for Bid (IFB) for the Emergency Repair of the A/C System in the DCB Building at the Federal Correctional Complex in Victorville, CA. The project, estimated between $500,000 and $1,000,000, requires the selected contractor to provide all materials, labor, and equipment in accordance with the Statement of Work and Drawings. Key requirements include submitting a bid guarantee, performance and payment bonds, and maintaining specific insurance coverages. The performance period is 324 calendar days after receiving notice to proceed, with liquidated damages of $1,667.05 per day for delays. Contractors must adhere to strict security clearances, submit a Schedule of Values, and comply with various federal regulations, including Buy American, Equal Opportunity, and reporting requirements for executive compensation and subcontracts.
    The document, General Decision Number CA20250026, outlines prevailing wage rates and fringe benefits for various construction trades in San Bernardino County, California, and surrounding areas. It covers Building, Heavy (Heavy and Dredging), and Highway construction projects, with specific exclusions for certain dredging and water well drilling work. The file details wage rates for classifications such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. The document also includes premium pay details for work in specific geographic zones and military bases, along with information on paid sick leave and minimum wage requirements for federal contractors under Executive Orders 13706 and 13658. It clarifies identifiers for union, union average, survey, and state-adopted wage rates, and provides guidance on the wage determination appeals process.
    Similar Opportunities
    Emergency Replace Refrigerant Units- FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace refrigeration units at the Federal Correctional Complex (FCC) in Victorville, California. The project entails providing all necessary equipment, labor, materials, and incidentals to replace four large condensing ground units and fourteen evaporator coils with five remote condensing units and fourteen evaporative coils located behind the food service outside warehouse. This procurement is critical for maintaining operational efficiency and safety within the correctional facility. The estimated project value ranges between $250,000 and $500,000, with a performance period of 163 calendar days from the notice to proceed. Interested small businesses must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov or Kimberly Johnson at knjohnson@bop.gov for further information.
    Replace Chillers 1, 2 & 3
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. The project involves the professional installation, labor, materials, and equipment necessary for replacing the existing chillers and all associated HVAC components, including pumps, piping, valves, controls, and plumbing services. This upgrade is crucial for maintaining the facility's operational efficiency and comfort. The estimated project value ranges from $1,000,000 to $5,000,000, with the solicitation expected to be available around December 19, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Jeffrey Kercheval at jkercheval1@bop.gov.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    FCI Pekin - Replace Boilers & Controls
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project entails the removal of existing boilers and associated systems, installation of new boilers and controls, and ensuring proper integration with existing systems, with a performance period of 120 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and the solicitation is expected to be available around January 7, 2026. Interested contractors should monitor the Contract Opportunity website at https://sam.gov for updates and ensure their registration in the System for Award Management (SAM) is current, as all submissions must comply with the small business size standard of $19 million for the applicable NAICS code 238220.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Install Utilities & Culinary Equipment- FPC Alderson
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to install utilities and culinary equipment at the Federal Prison Camp (FPC) Alderson in West Virginia. The project requires contractors to provide all necessary labor, materials, and equipment, with a performance period of 112 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $250,000 and $500,000, and bids are due by January 27, 2026, at 11:00 AM CST. Interested bidders must register in SAM.gov and may contact Alex Jackson at a4jackson@bop.gov for further information.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Temporary Help Medical Services - FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is conducting market research for temporary medical services at the Federal Correctional Complex (FCC) in Victorville, California. The requirement includes staffing for two Physicians, four Physician Assistants, four Registered Nurses, and four Licensed Vocational Nurses to support the Adult in Custody (AIC) population, with a total of up to 240 workdays over a 24-month period under a single indefinite delivery/requirements contract. This sources sought announcement aims to assess interest and capability among potential contractors, emphasizing the need for California licensure, CPR certification, and relevant experience, particularly in a prison environment. Interested parties should complete the attached market research questionnaire and return it to Sarah Burke at sburke@bop.gov, as there are no solicitations available at this time.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.