FCI Pekin - Replace Boilers & Controls
ID: 15BBNF26B00000007Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

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 a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project involves comprehensive work including the removal of existing boilers and piping, installation of new boilers and associated systems, and ensuring compliance with local, state, and federal regulations. This opportunity is a total small business set-aside, with an estimated project value between $1,000,000 and $5,000,000, and bids are due by February 11, 2026, at 12:30 P.M. EST. Interested contractors must register in the System for Award Management (SAM) and can contact Kevin Slone at kslone@bop.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Decision Number IL20260020 01/02/2026 outlines prevailing wage rates and fringe benefits for landscaping work across various construction types (Building, Residential, Heavy, and Highway) in numerous Illinois counties. It specifies wage rates for Landscape Equipment Operators and Laborers, detailing the types of equipment covered and exclusions for operators. Truck Driver classifications are also provided, with varying rates based on axle count and group, along with associated health, welfare, pension, and holiday benefits. The document includes information on the application of Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors), and a comprehensive guide to the wage determination appeals process, including identifiers for union, union average, survey, and state-adopted rates.
    The BP-A0660 form, titled “Criminal History Check,” is an authorization for the Federal Bureau of Prisons (BOP) to obtain an individual’s criminal history background. This check is mandatory for anyone seeking to enter or serve at a Bureau facility, including volunteers and contractors. Refusal to provide the requested information can lead to denial of entry or status. The form requires personal details such as name, address, contact information, aliases, citizenship, Social Security Number, date of birth, physical characteristics, and place of birth. A Privacy Act Notice outlines the authority for collecting this information (E.O. 10450; 5 USC 1303-1305; 42 USC 2165 and 2455; 22 USC 2585 and 2519; and 5 USC 3301), its purposes (determining fitness for federal employment, contractual service clearance, and security clearance), and the effects of non-disclosure, which can include termination of employment or denial of access. The document also includes a Spanish instructional template to assist Spanish-speaking individuals in completing the English form.
    Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to guarantee that a bidder, referred to as the Principal, will enter into a contract and provide required bonds if their bid is accepted. This form is prescribed by the General Services Administration (GSA) and the Federal Acquisition Regulation (FAR). It outlines the obligations of the Principal and Surety(ies) to the United States of America, detailing conditions under which the bond becomes void, such as the Principal executing further contractual documents and providing additional bonds within specified timeframes. The bond also addresses the penal sum, which can be a percentage of the bid price with a maximum dollar limitation. Instructions clarify requirements for corporate and individual sureties, including appearances on the Department of the Treasury's approved list and submission of an Affidavit of Individual Surety (SF 28) where applicable. The form emphasizes proper execution with seals and signatures, and provides guidance for co-surety arrangements where multiple sureties allocate liability. The document also includes information regarding the Paperwork Reduction Act, noting the OMB control number and estimated time burden for completion.
    The Federal Bureau of Prisons (BOP) is seeking bids for Solicitation No. 15BBNF26B00000007 to replace boilers and controllers at FCI Pekin. This is a 100% small business set-aside requiring SAM.gov registration under NAICS code 238220. Bids are due by February 11, 2026, at 12:30 P.M. EST and must be submitted electronically via the JEFS APP BOX. Required documents include SF-1442, Commodity or Services Schedule, and an SF-24 Bid Bond. A pre-bid conference and site visit are scheduled for January 21, 2026, at 9:00 A.M. CST, requiring a criminal history check. Past performance information, including questionnaires for at least five companies and a bank, is mandatory and must be sent directly to the Contracting Officer, Kevin Slone (kslone@bop.gov). Electronic bids must be in Adobe PDF format, virus-free, and compatible with Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. A virtual bid opening will be held via Microsoft Teams on February 11, 2026, at 12:30 P.M. EST. Hard copies, telegraph, or facsimile bids will not be accepted. Contractor responsibility will be assessed based on financial resources, performance record, integrity, business ethics, organizational structure, experience, and equipment.
    This government solicitation (15BBNF26B00000007) from the Federal Bureau of Prisons, issued on January 7, 2026, is an Invitation for Bid (IFB) for the "Replace Boilers & Controllers" project at the Federal Correctional Institution (FCI) Pekin in Pekin, IL. The selected contractor must provide all materials, labor, and equipment to complete the project within 120 calendar days after receiving notice to proceed. The project magnitude is between $1,000,000.00 and $5,000,000.00. Key requirements include providing performance and payment bonds, maintaining specified insurance coverage, and adhering to strict security protocols for information, systems, and personnel, including background checks and immediate reporting of security incidents. Contractors must comply with various federal regulations, including FISMA, Privacy Act, and NIST Special Publications. Cloud computing use is restricted to FedRAMP-authorized systems or those approved by the DOJ. Detailed submittal procedures, work hour limitations, and specific invoicing and closeout document requirements are outlined. Liquidated damages are set at $1,106.21 per day for delays.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FCI Pekin Solid Waste Removal
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for solid waste removal services at the Federal Correctional Institution (FCI) and the adjoining Federal Prison Camp (FPC) in Pekin, Illinois. The procurement involves providing two 38-cubic yard trash compactors and associated landfill services under an indefinite delivery/requirements contract with firm-fixed unit prices, covering a base year and four optional one-year periods, with a potential six-month extension. This service is critical for maintaining compliance with local, state, and federal waste disposal regulations, ensuring efficient waste management for the institutions. Interested contractors must submit their quotes electronically by January 9, 2026, at 12:00 p.m. Central Time to Brian Wendorff at bwendorff@bop.gov, and must be registered in the System for Award Management (SAM) under NAICS code 562111.
    Emergency Acquisition - 2 x Lochinvar Brand Name or Equivalent Heat Exchangers
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Pekin, is seeking to procure two Lochinvar brand name or equivalent heat exchangers through a sole source award to Capitol Group Inc. This urgent procurement is necessary to replace existing heat exchangers at FCI Pekin, highlighting the critical need for reliable space and water heating equipment in correctional facilities. The acquisition is being conducted under FAR 13.106-3(b)(3) due to the immediate nature of the requirement, and it falls under the NAICS code 423720. For further inquiries, interested parties can contact Gary M. Kurtz at Gkurtz@bop.gov or by phone at 309-346-8588 x1059, or Sarah McKnight at S1McKnight@bop.gov or 309-346-8588 x1054.
    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.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    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.
    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.
    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.
    Heating coils
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Prisons at USP Terre Haute, is seeking to procure emergency replacement heating coils. This procurement is critical for maintaining the functionality of plumbing fixtures and accessories within the facility, ensuring a safe and comfortable environment for inmates and staff. The opportunity emphasizes the urgency of the replacement, highlighting the importance of reliable heating systems in correctional facilities. Interested vendors can reach out to Scott Ballinger at sballinger@bop.gov or Michael Gibson at mpgibson@bop.gov for further details, with the primary contact number being 812-244-4475.
    Boiler Replacement at the MPI
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the replacement of the boiler system at the Museum of the Plains Indians in Browning, Montana. The project entails the removal of the existing single boiler and the installation of a new two-boiler system, which includes design, plumbing, controls, and necessary asbestos remediation. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and has an estimated construction magnitude between $100,000 and $250,000, emphasizing the importance of compliance with federal, state, and tribal regulations, including adherence to Department of Labor wage rates. Interested contractors must attend a mandatory site visit on January 22, 2026, with proposals due by February 4, 2026, and should contact Kurt Egner at kurt.egner@bia.gov for further information.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.
    CJIS Boiler Inspection
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a qualified contractor to provide annual boiler inspection services at the Criminal Justice Information Services (CJIS) Division Central Plant in Clarksburg, West Virginia. The contract will be a firm-fixed price agreement covering a base year and four option years, ensuring that six boilers across five buildings operate safely and efficiently in compliance with the American Society of Mechanical Engineers (ASME) and the National Board Inspection Code (NBIC). This procurement is critical for maintaining operational safety and efficiency at a secured facility that operates 24/7, with strict access requirements for personnel. Interested vendors must submit their quotations electronically by 12:00 PM EST on January 16, 2026, and may direct inquiries to McKenzie Bucher at mpbucher@fbi.gov.