FCI Englewood- Water Service Improvement Project
ID: 15BFA024B00000027Type: Presolicitation
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
    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 the contractor 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 contractors must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    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.
    Class B Water Testing Solicitation
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Pekin, Illinois, is soliciting quotes for Class B Water Testing Services under solicitation number 15B41126Q00000003. The contractor will be responsible for collecting water samples, conducting IEPA Bac-T testing, completing necessary paperwork, and submitting results to the Illinois Environmental Protection Agency (IEPA) in compliance with state regulations. This procurement is critical for ensuring water quality and safety within the institution, with the contract structured as an indefinite delivery/requirements type, including a base year and up to four optional years, plus a potential six-month extension. Interested small businesses must submit their quotes electronically to Hans Frei at hfrei@bop.gov by December 19, 2025, at 4:00 PM CST, and must possess a valid IEPA Class B Water Operator’s License to be considered for the award.
    Perimeter Fence Replacement at FCI McKean
    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 Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@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.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- 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 for the emergency repair of the A/C system at the DCB building within the Federal Correctional Complex (FCC) in Victorville, California. The project entails the removal of the existing A/C system and its replacement with a new system, with a performance period of 324 calendar days from the notice to proceed. This procurement is crucial for maintaining the operational integrity of the correctional facility, and the estimated project value ranges between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around December 16, 2025; for further inquiries, they may contact Patrick Ford at pford@bop.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.