FCI Englewood- Water Service Improvement Project
ID: 15BFA024B00000027Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

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, specifically the Federal Bureau of Prisons, is soliciting bids for the Water Service Improvement Project at the Federal Correctional Institution (FCI) Englewood in Littleton, Colorado. The project involves the construction of a new water pipeline, including the replacement of the existing main water pipeline and the establishment of new public water utility connections, all while adhering to local, state, and federal regulations. This initiative is crucial for enhancing the facility's infrastructure and ensuring reliable water service, with an estimated project value between $1 million and $5 million. Interested contractors must submit their bids electronically by December 17, 2024, and are required to be registered as small businesses in the System for Award Management (SAM) at https://sam.gov. For further inquiries, contact Kevin Slone at kslone@bop.gov or call 202-578-8617.

    Point(s) of Contact
    Files
    Title
    Posted
    The document delineates wage determinations related to construction projects in Jefferson County, Colorado, under the Davis-Bacon Act and relevant Executive Orders. It sets forth minimum wage rates contractors must adhere to, depending on the contract's initiation date, with specific rates for various labor classifications such as carpenters, electricians, and plumbers. For contracts initiated on or after January 30, 2022, the wage rate is at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate is specified. The document also includes provisions for paid sick leave for federal contractors, ensuring workers receive adequate health benefits. Additional classifications may be requested post-award, and a process for appealing wage determination decisions is outlined, including steps for reconsideration and appeals to higher authorities. This comprehensive framework aims to protect workers within federally funded construction initiatives, underscoring compliance with wage standards and labor relations.
    The document is an authorization form from the U.S. Department of Justice, Federal Bureau of Prisons, for conducting criminal history checks on individuals seeking entry or service within Bureau facilities. It outlines the necessary personal information required from applicants, including their name, address, date of birth, and other identifying details. The form also states the implications of non-disclosure, clarifying that refusal to provide requested information may result in denial of entry or volunteer status. Additionally, the document includes a Privacy Act Notice, detailing the legal authority for collecting information and its intended uses, such as verifying an individual's suitability for federal employment or contractual service. It emphasizes that while providing information is voluntary, not doing so could negatively impact future employment or clearance opportunities. A Spanish language version of the form is also included to assist Spanish-speaking applicants. Overall, the form serves as a critical step in the process of maintaining security and ensuring the suitability of individuals interacting with federal prison facilities.
    The document outlines the Bid Bond form, a requirement when submitting a bid for federal contracts, specifically within the context of construction, supplies, or services. It emphasizes the obligation of the Principal and Sureties to secure the bid amount, binding them to the United States government. Key conditions state that the bond becomes void if the Principal executes the contract documents and provides necessary bonds within specified timeframes after bid acceptance. Additionally, Sureties are not released from their obligations even if there are extensions for bid acceptance up to 60 days. The form necessitates precise details from the Principal, including legal name, address, and type of organization, alongside disclosures for all Sureties involved. It also provides instructions for its execution, covering necessary corporate seals and signature requirements. This form is critical for ensuring financial accountability within government procurement processes, securing compliance from bidders, and safeguarding the government against potential bid failures. Ultimately, the Bid Bond serves as a financial assurance to uphold the integrity of procurement activities.
    The solicitation, identified by number 15BFA024B00000027, is for the Water Service Improvement Project at FCI Englewood, issued by the Federal Bureau of Prisons. The bid must be submitted electronically by November 6, 2024, and all contractors must be registered in SAM.gov as this is a 100% small business set-aside. Prospective bidders are required to complete various documentation, including the SF-1442 form and a bid bond, both of which should be submitted in a single PDF. A pre-bid conference and site visit are scheduled for October 16, 2024, with mandatory criminal background checks for attendees. Potential bidders must also submit past performance information and bank references, which will be evaluated to assess responsibility before contract award. The document emphasizes that electronic submissions must be virus-free, compatible with specified software, and follow naming conventions. Overall, this solicitation highlights procedural requirements, includes provisions for ensuring contractor eligibility and past performance evaluation, and underscores the significance of compliance for successful bid submissions in federal contracting.
    The document is a solicitation from the Federal Bureau of Prisons (FBOP) for the Water Service Improvement Project at the Federal Correctional Institution in Englewood, Colorado. It serves as an Invitation for Bid (IFB), outlining the requirements for contractors to provide all necessary materials, labor, and equipment. Issued on October 2, 2024, the bids are due by November 6, 2024, with a performance timeframe of 246 days after the notice to proceed. The contractor must submit a Bid Guarantee and is required to furnish performance and payment bonds. The magnitude of the project is estimated between $1,000,000 and $5,000,000. Additionally, the contractor must comply with safety regulations, insurance requirements, and federal labor standards, including the requirements for small businesses. The document specifies conditions for project execution, including working hours, site access, and safety protocols, especially given the unique environment of a correctional facility. This solicitation reflects the FBOP’s commitment to improving infrastructure while ensuring compliance with federal regulations, safety protocols, and strategic use of federal funds within a specific timeframe for project completion.
    The document is an amendment to a solicitation issued by the Federal Bureau of Prisons, identified as Amendment 0001 to the solicitation number 15BFA024B00000027. The primary purpose of this amendment is to incorporate site visit meeting minutes and photographs as an attachment and to extend the bid opening due date to November 13, 2024, at 12:30 PM EST. The issuance date of this amendment is October 25, 2024, following its original date of October 1, 2024. Contractors must acknowledge receipt of this amendment, which provides options for acknowledgment submission. Apart from these changes, all other terms and conditions of the original solicitation remain unchanged. This amendment reflects procedural updates within the context of the federal procurement process, ensuring that interested contractors have access to necessary information and sufficient time for bid submissions.
    The document is an amendment to solicitation number 15BFA024B00000027 issued by the Federal Bureau of Prisons, effective November 8, 2024. It includes critical updates concerning the procurement process and relevant modifications to the contract. Key changes encompass the incorporation of a Q&A section and updated drawings that eliminate the use of the word "options." Most notably, the due date for bid submissions has been extended to November 22, 2024, at 12:30 PM EST. The amendment emphasizes the necessity for contractors to acknowledge receipt of these changes to ensure their offer remains valid. Overall, the amendment maintains that, aside from the specified changes, all other terms of the original solicitation remain intact, underscoring the document's role in guiding the competitive bidding process for contractors involved with federal projects.
    The document is an amendment (0003) of a federal solicitation issued by the Federal Bureau of Prisons. Effective on November 15, 2024, it updates the wage determination to CO20230023, Modification 8, dated November 8, 2024, and extends the bid opening due date to December 4, 2024, at 12:30 PM EST. The amendment is significant as it affects the timeframe for offers and ensures compliance with updated wage standards, which are crucial for fair compensation under federal contracts. The amendment stipulates that all other terms and conditions of the original solicitation remain unchanged and in force. Contractors are required to acknowledge receipt of this amendment for their offers to be considered valid. Overall, the amendment seeks to provide clarity on requirements while facilitating the bidding process for contractors interested in government projects.
    The document is an amendment to a solicitation for the Federal Bureau of Prisons, specifically identified as Amendment 0004 to solicitation number 15BFA024B00000027. The amendment, effective December 2, 2024, updates the Wage Determination to CO20240023, Modification 9, dated November 22, 2024, and extends the bid opening due date to December 17, 2024, at 12:30 PM EST. The modification emphasizes the importance of acknowledging receipt of the amendment before the specified deadline to avoid rejection of offers. It states that other terms and conditions of the solicitation remain unchanged and in full effect. This amendment serves to ensure compliance with updated wage information and allows bidders additional time to prepare their submissions, reflecting common practices in government contracting to facilitate a fair bidding process while adhering to regulatory requirements.
    The pre-bid conference for the Water Service Improvement Project (15BFA024B00000027) at FCI Englewood was conducted on October 16, 2024, to inform potential contractors about the project’s specific requirements within a correctional environment. Key points addressed included the importance of adhering to established submission protocols for bids, with a deadline of November 6, 2024, at 12:30 P.M. CST. Bidders must complete specific forms, including a bid guarantee of 20% of the total bid, and be registered in the SAM system. The project budget ranges between $1 million and $5 million, and it is subject to wage rate requirements and hiring goals for minorities and females. Safety and security protocols were emphasized, including compliance with OSHA regulations, limited access for workers during emergencies, and strict accountability for tools and materials. Additionally, contractors must avoid any contact with inmates and adhere to specific dress codes. The project duration is set for 246 calendar days, with liquidated damages for delays specified. This meeting was designed primarily to establish key requirements without altering the solicitation, underlining the federal government’s commitment to transparent procurement practices.
    The Water Service Improvement Project at FCI Englewood encompasses a series of clarifications and specifications addressing contractor questions related to the project solicitation. Key points include the requirement for the contractor (GC) to secure all permits and bear costs for inspections, tap fees, and 3rd party inspections, while the Government manages some aspects of temporary power provisions. The project necessitates 90-day bid pricing and security training for personnel, with clear protocols for handling wildlife, specifically relating to prairie dogs, as outlined in a management plan. Furthermore, the contractor must follow specific guidelines for dewatering, handling unforeseen soil conditions, and disposal of waste materials. The project does not expect major soil obstructions, and all construction site activities, including storage and movement of equipment, must minimize disruption to the facility's operations. Overall, the document emphasizes compliance with local regulations, safety training, and environmentally responsible practices in project execution.
    This document presents the General Wage Determination for building construction projects in Jefferson County, Colorado, under the Davis-Bacon Act, effective on November 8, 2024. It outlines the minimum wage rates and fringe benefits for various trades, including carpenters, electricians, and plumbers. The minimum wage is determined by applicable Executive Orders, with rates varying based on contract dates—$17.20 per hour if entered into after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document details hourly wage rates for various skilled trades, specifying both basic pay and fringe benefits, ensuring compliance with federal labor standards. Additionally, it emphasizes the necessity of submitting requests for conformance if required classifications are not listed. The importance of paid sick leave under Executive Order 13706 is noted, mandating paid leave accrual for federally contracted workers. Overall, the file serves as a critical resource for contractors bidding on federal projects, ensuring fair labor practices and adherence to wage regulations relevant to government-funded construction in the state of Colorado.
    The document outlines wage determinations for building construction projects in Jefferson County, Colorado, under General Decision Number CO20240023. It informs contractors about compliance with the Davis-Bacon Act and applies relevant Executive Orders regarding minimum wage rates. For contracts effective from January 30, 2022, workers must be paid at least $17.20 per hour, while those on contracts awarded between January 1, 2015, and January 29, 2022, must earn at least $12.90 per hour if not extended. It provides a detailed listing of prevailing wage rates for various construction roles, including carpenters, electricians, and plumbers, along with their corresponding fringe benefits. The document also addresses the appeals process for wage determinations, emphasizing the rights of interested parties to seek re-evaluation if they oppose a decision. Overall, the content serves to ensure that contractors are aware of wage compliance and workers’ rights within the framework of federal construction projects, reflecting the government's commitment to fair labor practices.
    The document presents an abstract of offers related to the construction project titled "Water Service Improvement Project" for the Federal Bureau of Prisons, specifically concerning the FCI Englewood facility. The solicitation number for the project is 15BFA024B00000027, with bids opened on October 2, 2024. Various offers were submitted by different contractors, with the leading bids reflecting estimated costs ranging from approximately $2.7 million to over $6.9 million. All bidders submitted a bid security of 20% of their offer amount and acknowledged four issued amendments to the project specifications. The primary goal is to secure a contractor for the water service improvements, which is essential for facility operations. The details indicate a systematic evaluation process whereby offers are meticulously documented and signals the government’s commitment to maintaining transparency and competition in public contracting. Overall, the document serves as a formal record of the proposals received and the financial implications associated with the project.
    Lifecycle
    Similar Opportunities
    Replace Piping Under Housing Unit- FPC Bryan
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the replacement of piping under the housing unit at the Federal Prison Camp in Bryan, Texas. This project requires contractors to provide all necessary materials, labor, and equipment, adhering to a detailed Statement of Work, with a mandatory performance period of 140 calendar days following the award. The estimated cost for this project ranges between $500,000 and $1,000,000, and it is designated as a total small business set-aside, emphasizing the importance of compliance with federal regulations and safety standards. Interested bidders must submit their proposals electronically by April 1, 2025, and are encouraged to attend a pre-bid conference on March 12, 2025, where they will need to complete a Criminal History Check. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Replace Chillers 1 & 2 - FCI Fairton
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for the replacement of chillers 1 and 2 at the Federal Correctional Institution (FCI) Fairton in New Jersey. This project requires contractors to provide all necessary materials and labor, with a performance period commencing within 10 calendar days of contract award and completion expected within 98 days post-notice to proceed. The initiative is crucial for maintaining operational efficiency and security within the federal correctional system, with a contract value estimated between $500,000 and $1 million. Interested small businesses must submit their bids electronically by the extended deadline of March 10, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025, for further clarification. For inquiries, potential bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    FSA Building 283 & 300 Roofs- FCI Big Spring
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the renovation of roofs on FSA Buildings 283 and 300 at the Federal Correctional Institution in Big Spring, Texas. This project requires contractors to provide all necessary materials, labor, and equipment, with a firm fixed-price bid expected to fall between $1,000,000 and $5,000,000. The work must commence within 10 days of receiving the notice to proceed and be completed within 217 days, adhering to strict federal guidelines and safety protocols due to the nature of the correctional facility. Interested small businesses must submit their bids electronically by March 31, 2025, at 11:00 AM PST, and are encouraged to attend a pre-bid conference on March 5, 2025, which requires a criminal history check for entry. For further inquiries, contact Patrick Ford at pford@bop.gov.
    FCI BIG SPRING - REPLACE BACKFLOW PREVENTER SERVICES BLG. 283
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors to provide backflow preventer replacement services at the Federal Correctional Institution in Big Spring, Texas. The project involves the removal of an existing six-inch double check valve backflow prevention device and the installation of a new unit, including necessary testing and certification to comply with relevant codes and regulations. This procurement is critical for maintaining the facility's plumbing integrity and ensuring compliance with safety and environmental standards. Interested contractors must submit their quotes by March 7, 2025, and can contact Cornelius Daniel at c2daniel@bop.gov or Renea Stallings at rstallings@bop.gov for further information.
    FY25 PZ Water Heater Project FCC Petersburg
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking proposals for the FY25 PZ Water Heater Project at the Federal Correctional Institution (FCI) Petersburg in Virginia. The project involves the replacement of outdated hot water heaters with five new tankless rack systems designed to meet the facility's specific hot water demands, ensuring adequate flow rates for various sinks, showers, and commercial washing machines across different units. This procurement is critical for maintaining operational efficiency and compliance with relevant standards, including NEC and OSHA, while ensuring quality control through a designated Contracting Officer's Representative. Interested vendors must submit their quotations by March 14, 2025, and can contact Eric Green at e3green@bop.gov or by phone at 804-504-7200 for further information.
    Sources Sought - Water and Wastewater Utility Service for FBOP
    Buyer not available
    Sources Sought - Water and Wastewater Utility Service for FBOP The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, has issued a Sources Sought notice for Water and Wastewater Utility Service. This service is needed at various locations within the Federal Bureau of Prisons. The department is searching for a utility company that can provide the "entire utility requirement." The service is essential for the functioning of the prison facilities and ensuring the availability of clean water and proper wastewater management. The specific location for this procurement is Grand Prairie, TX (zip code: 75051), in the United States. For more information, please contact Bonnie B. Bueter at bbueter@bop.gov or 9723524541.
    REPLACE MEDIUM VOLTAGE SWITCHGEAR AT FCC BUTNER
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the replacement of medium voltage switchgear at the Federal Correctional Complex in Butner, North Carolina. Contractors are required to provide all necessary materials, labor, and equipment in accordance with a detailed statement of work, with a project magnitude estimated between $25,000 and $100,000. This procurement is crucial for maintaining operational safety and efficiency within correctional facilities, emphasizing compliance with federal labor standards and safety regulations. Interested small businesses must submit their bids by March 24, 2025, at 2:00 PM EST, and can contact Broguen McKeown at bmckeown@bop.gov or Jeffrey Hayes at jx2hayes@bop.gov for further information.
    FCC Pollock- Replace Chiller #3
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the replacement of Chiller 3 at the Federal Correctional Complex in Pollock, Louisiana. This project requires the selected contractor to provide all necessary materials, labor, and equipment, with a timeline for commencement within 10 calendar days post-award and completion within 364 calendar days. The contract is set aside exclusively for small businesses under NAICS code 238220, with a budget estimated between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically by February 25, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Replace Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the replacement of roofs at the Federal Medical Center Carswell located in Fort Worth, Texas. Contractors are required to provide all necessary materials, labor, and equipment to complete the project within a timeline of 210 calendar days, adhering to federal regulations and safety standards. This project is a total small business set-aside, with an estimated value between $250,000 and $500,000, and bids must be submitted electronically by 11:00 AM local time on March 5, 2025. Interested contractors should contact Patrick Ford at pford@bop.gov for further details and ensure compliance with all submission requirements, including attendance at a pre-bid conference on February 12, 2025.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.