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
    Replace Chillers 1, 2 & 3
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. Contractors are required to provide all necessary labor, materials, and equipment as outlined in the Statement of Work, with a project magnitude estimated between $1,000,000 and $5,000,000. This opportunity is a total small business set-aside, and interested bidders must be registered in the System for Award Management (SAM) under NAICS code 238220. Key deadlines include a mandatory pre-bid conference on January 7, 2026, and bid submissions due by January 29, 2026, at 1:00 p.m. CST. For further inquiries, bidders can contact Jeffrey Kercheval at jkercheval1@bop.gov.
    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.
    Caliente Quarters HVAC Replacement
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is soliciting quotations for the replacement of two Heating, Ventilation, and Air Conditioning (HVAC) units at the Caliente Crew Quarters in Caliente, Nevada. The project involves removing the existing, malfunctioning HVAC systems and installing new Energy Star compliant units, including necessary components such as thermostats and electrical connections, with a completion timeline of 45 calendar days. This small business set-aside contract has an estimated value between $25,000 and $100,000, with quotes due by January 22, 2026, and a pre-bid site visit scheduled for January 15, 2026. Interested contractors can reach out to Matthew Bernard at mbernard@blm.gov or call 775-861-6420 for further details.
    Justification for Other Than Full and Open Competition - HVAC Supply/Install
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Marianna, is seeking to procure HVAC supply and installation services through a justification for other than full and open competition. The procurement aims to address specific HVAC needs at the facility, as detailed in the attached Single Source Justification document. HVAC systems are critical for maintaining a safe and comfortable environment within correctional facilities, ensuring proper climate control and air quality. Interested vendors can reach out to Kenneth Stewart at kstewart1@bop.gov or by phone at 850-526-6358 for further information regarding this opportunity.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA), is seeking qualified contractors for the Two Chiller Replacement Project at its Office of Training in Quantico, Virginia. This project involves replacing two aging 275-ton Trane chillers with new energy-efficient 300-ton Trane ACR 300T Series C R513A chillers and two chilled water pumps, along with necessary electrical upgrades and piping modifications. The successful contractor must hold a current state HVAC/Mechanical trade license, be registered in the Government SAM System, and provide a firm, fixed-price quote that includes all labor, materials, and professional services, with a completion timeframe of 12 weeks post-award. Interested parties should submit their proposals electronically by January 16, 2026, at 12 PM EST, to the primary contacts Alycia Stevenson and Andrew Craig via their provided email addresses.
    SF VA MEDICAL CENTER RTAC UNITS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of rooftop air conditioning units and associated components for the San Francisco VA Medical Center. The requirement includes various YORK or equivalent AC units, such as 7.5-ton, 4-ton, and 8.5-ton R-454B heat pumps, along with economizers and protective coatings, necessitating the removal and disposal of existing units and crane services for delivery. This procurement is critical for maintaining the facility's climate control systems, ensuring a comfortable environment for veterans receiving care. Interested vendors must submit their proposals by January 9, 2026, at 1500 PST, and direct any inquiries to Victoria Torres at victoria.torres@va.gov by December 29, 2025, at 1100 PST.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting proposals for the remediation of temperature controls at the Cincinnati VA Medical Center under project number 539-21-108. This project, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses, involves comprehensive upgrades to the HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction magnitude is between $5.5 million and $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 23, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.