FCI Oxford- Replace Roofs Phase III
ID: 15BFA024B00000029Type: 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 "Replace Roofs Phase III" project at the Federal Correctional Institution (FCI) in Oxford, Wisconsin. This project involves the removal and replacement of approximately 135,500 square feet of roofing, including asbestos abatement, and the installation of a new insulated polyurethane foam roof system. The work is critical for maintaining the facility's infrastructure and ensuring compliance with federal safety and environmental regulations. Interested contractors must be registered as small businesses in the System for Award Management (SAM) and submit their bids electronically by January 29, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Kevin Slone at kslone@bop.gov or 202-578-8617.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the General Decision Number WI20240011, effective from September 27, 2024, related to prevailing wage determinations for construction projects in Wisconsin, specifically focusing on building construction (excluding residential buildings). It asserts that construction contracts covered by the Davis-Bacon Act must adhere to minimum wage requirements established under Executive Orders 14026 and 13658, outlining different pay rates based on contract dates. Key wage rates for various trades across multiple counties in Wisconsin are provided, detailing both base pay and fringe benefits for classifications such as Asbestos Workers, Electricians, Laborers, and Plumbers. The document also emphasizes the necessity for contractors to comply with wage determinations and suggests that requests for additional classifications should be made if required rates are not listed. Moreover, information regarding the process for appealing wage determinations is included, describing steps for review and reconsideration through various levels of the U.S. Department of Labor. Overall, this document serves to guide contractors and agencies involved in federal projects, ensuring compliance with wage standards and protections for workers engaged in construction activities in Wisconsin.
    The document outlines the authorization process for conducting criminal history checks by the Federal Bureau of Prisons (BOP). It emphasizes that individuals must complete this check to gain entry or serve at any Bureau facility, and failure to provide the required information can lead to denial of access or volunteer status. The form collects personal details, including name, address, contact number, citizenship, social security number, and physical attributes. A privacy notice details the authority for collecting this information under federal laws and describes its intended use for assessing eligibility for federal employment and security clearances. The document is also provided in Spanish for non-English speakers, ensuring broader accessibility. This underscores the BOP's commitment to security and compliance with legal standards while processing potential employees and contractors.
    The document outlines the requirements and structure of a Bid Bond, formally known as Standard Form 24 (Rev. 10/2023). It serves as a financial guarantee that the principal (the bidder) will adhere to the terms of their bid submitted for government contracts, specifically in construction, supplies, or services. The form details the obligations of the principal and surety(ies), stating that they are bound to the U.S. government for the penal sum specified. The bond becomes void if the principal fulfills the contract requirements or compensates for any bid-related costs exceeding their proposal if they fail to do so. Instructions specify conditions for completion, including the necessity of corporate sureties being approved by the Department of the Treasury. It also mandates that any individual signing must be authorized and must supply a corporate seal if applicable. The document reflects adherence to federal regulations, aiming to ensure responsible bidding and comply with the obligations tied to government contracts. Overall, it emphasizes the importance of securing a bid bond to protect government interests and foster accountability among bidders.
    The document is a solicitation notice from the Federal Bureau of Prisons for a construction project titled "Replace Roofs Phase III" at FCI Oxford, with bids due on November 27, 2024. This project is designated as a 100% small business set-aside, requiring contractors to be registered in the System for Award Management (SAM) and comply with specific financial and performance metrics. Key submission requirements include the completed SF-1442 form, a bid bond, and past performance information from references. A pre-bid conference is scheduled for November 6, 2024, with mandatory criminal history checks for attendees. The bidding process emphasizes electronic submission via a designated platform, ensuring bids are received on time; late submissions will not be evaluated. Additional details include the need for contractors to demonstrate satisfactory performance records and financial capability before contract award. The process underlines the government’s commitment to ensuring responsible and efficient use of taxpayer dollars in awarding contracts.
    The Federal Bureau of Prisons has issued Solicitation No. 15BFA024B00000029 for the "Replace Roofs Phase III" project at the Federal Correctional Institution in Oxford, Wisconsin. This solicitation invites sealed bids from contractors to provide materials, labor, and equipment for the roof replacement work. The project requires the contractor to commence work within 10 days of receiving the notice to proceed and complete it within 525 days. Contractors must submit performance and payment bonds within 10 days after the award, with a project magnitude estimated between $5 million and $10 million. Additional requirements include comprehensive insurance coverage, pre-construction conferences, and the submission of various project-related documents, including a schedule of values. Safety and security protocols are emphasized due to the nature of the correctional facility, mandating adherence to institutional regulations, including prohibitions on contraband. The solicitation outlines specific clauses and provisions related to contract administration, ensuring compliance with applicable laws and standards. Overall, this RFP serves as a critical step in ensuring the facility's maintenance while adhering to federal regulations during the bidding and construction process.
    The document outlines the minutes from the pre-bid conference for Project 15BFA024B00000029, which involves replacing roofs at the Federal Correctional Institution (FCI) Oxford. The meeting, held on November 6, 2024, aimed to familiarize contractors with the project requirements in a correctional environment. Key details include the deadline for electronic bid submissions due by November 27, 2024, and the stipulation that bids must not be submitted via mail or hand delivery. Contractors are required to submit various documentation, including a bid guarantee and complete forms, with compliance being critical for bid responsiveness. Wage rate requirements are set, alongside minority and female hiring goals. Safety protocols and regulations for contractor behavior on-site are emphasized, along with strict security measures, including tool accountability and restrictions on communication with inmates. The project is estimated to cost between $5 million and $10 million, with a performance period of 525 days post-award. Overall, the document serves to guide potential bidders through the procedural and regulatory landscape of the project within a correctional institution.
    The document is a wage determination for construction projects in Wisconsin, specifically related to building types that exclude residential construction. It outlines wage rates for various classifications of workers under the Davis-Bacon Act, which mandates the payment of local prevailing wages for federally funded contracts. The determination provides specific wage rates and fringe benefits for skilled trades such as asbestos workers, electricians, plumbers, and various laborers, with rates varying by region and classification. Key points include the applicability of Executive Orders 14026 and 13658 for minimum wage requirements, the necessity of submitting conformance requests for unlisted classifications, and the appeals process for wage determinations. This wage determination serves as a guideline for federal contracts to ensure compliance with labor standards while also promoting fair compensation for workers engaged in construction projects. Overall, it underscores the federal government's commitment to worker protection and compliance with prevailing wage laws in construction activities funded by public money.
    This document is an amendment to the solicitation number 15BFA024B00000029 for a contract with the Federal Bureau of Prisons. The amendment, effective November 15, 2024, is issued to extend the bid opening due date to December 11, 2024, at 12:30 PM CST. It incorporates site visit meeting minutes and a sign-in sheet, alongside an updated wage determination (WI20240011, Modification 15), dated November 8, 2024. The primary purpose of this amendment is to provide necessary updates and extend timelines related to the solicitation without altering other contract terms. Interested bidders must acknowledge receipt of this amendment as specified to ensure their offers are considered valid before the new deadline. This amendment reflects standard practices in government contracting to manage and communicate changes efficiently to potential bidders.
    This document is an amendment to solicitation number 15BFA024B00000029 issued by the Federal Bureau of Prisons, specifically from the Field Acquisition Office in Grand Prairie, Texas. The amendment, numbered 0002, takes effect on December 9, 2024, and primarily extends the bid opening due date to January 8, 2025, at 12:30 PM CST. It necessitates that contractors acknowledge receipt of this amendment to avoid rejection of offers. No other changes are noted in this amendment, signifying that all previous terms and conditions remain unchanged and in full force. The amendment is administratively significant as it reflects procedural adjustments within federal contracts, underscoring the importance of compliance and timely communication in the procurement process of government projects.
    The document outlines the Questions and Answers regarding the roofing replacement project (Phase III) at FCI Oxford, part of the federal government's solicitation for contractor bids. Key clarifications include that dumpsters can remain onsite overnight behind a secured fence, roof decks are of structural concrete, and safety regulations must be adhered to. Training on security protocols is mandatory, and contractors are responsible for criminal background checks, with FCI staff overseeing the process at no cost. Contractors can maintain a secured tool box on the roof, and all air sampling for asbestos will be provided by them, adhering to state regulations. Additionally, there are no limitations on contractor workers unless dictated by security concerns, and inmates will remain housed during construction. The document emphasizes compliance with federal and state regulations for safety, security, and environmental standards throughout the project, ensuring strict monitoring and documentation by the FCI Oxford Staff.
    The document outlines wage determination for building construction projects in Wisconsin, applicable to various counties and governed by the Davis-Bacon Act. It specifies wage rates that contractors must pay workers, which vary based on the type of work and the location of the project, reflecting current market rates and adhering to federal regulations. For contracts beginning or renewed after January 30, 2022, workers must receive at least $17.20 per hour under Executive Order 14026, while earlier contracts require a minimum of $12.90 under Executive Order 13658. The document lists classification rates for various trades, including electricians, plumbers, construction laborers, and others, along with fringe benefits. It details the appeal process for any disputes regarding the wage determination, reiterating the necessity for compliance with established labor standards to ensure fair compensation for construction workers. This document serves as a critical guideline for contractors engaged in federally funded projects, ensuring adherence to labor regulations and fair wage practices.
    The document is an amendment (0003) to solicitation number 15BFA024B00000029, issued by the Federal Bureau of Prisons. It becomes effective on December 20, 2024. The purpose of this amendment is to integrate specific changes including the incorporation of questions and answers provided in the attached documents, alongside an updated wage determination (WI20240011, Modification 16, dated December 20, 2024). The amendment extends the timeframe for offer receipt and mandates that contractors acknowledge its receipt through prescribed methods. It consolidates administrative changes and stipulates that all other contract terms and conditions remain unchanged. This document highlights procedural adjustments relevant to federal contracting, underscoring compliance with regulatory and administrative requirements in the contracting process.
    The document is an amendment (0004) to the solicitation number 15BFA024B00000029 issued by the Federal Bureau of Prisons, effective January 3, 2025. The primary purpose of this amendment is to extend the bid opening date to January 29, 2025, at 12:30 PM CST. The document highlights that no other changes have been made to the solicitation at this time. It emphasizes the importance of acknowledging receipt of this amendment by the specified methods to avoid the rejection of any offers. The terms and conditions of the original solicitation remain unchanged unless otherwise indicated in the amendment. The amendment is signed by Kevin Slone, a Contract Specialist at the Federal Bureau of Prisons, indicating the official acknowledgment of this update to prospective contractors.
    The FCI Oxford is undertaking its Phase III Roof Replacement project under solicitation 15BFA024B00000029, which addresses several logistical and safety concerns related to the construction process. Key clarifications involve procedures for dumpster placement, safety measures, material specifications, and contractor responsibilities regarding securing tools and managing inmate interactions, with FCI staff overseeing access and providing escorts. The project will utilize structural concrete roof decks, with approved safety measures including cones and flagging. Contractors must comply with all state and federal regulations, specifically regarding asbestos and security protocols. Notably, FCI Oxford may permit trailers and dumpsters to remain on-site overnight but requires stringent security measures to prevent inmate access. The communication during the project will be directed through the assigned Contracting Officer Representative (COR), ensuring consistency and safety. Overall, the document outlines essential project requirements while emphasizing the importance of adhering to security and safety regulations within the federal institution environment.
    The document presents the wage determination for building construction projects in Wisconsin, applicable to various counties under the Davis-Bacon Act. It outlines the prevailing wage rates and fringe benefits for numerous classifications of workers, including asbestos workers, electricians, plumbers, and carpenters, among others. The minimum wage requirements, influenced by Executive Orders 14026 and 13658, specify hourly wage thresholds for different contracts, which vary based on when the contract was awarded and whether it has been renewed. Additional classifications required for project work must be submitted for approval through a conformance request. The structure of the document includes detailed wage tables, a clear outline of contractor obligations regarding wages, and information on the appeal process for wage determinations. This wage determination is part of federal RFP compliance, ensuring that contractors adhere to set labor standards, thereby securing fair compensation for workers involved in federally funded projects in the specified areas of Wisconsin. The information holds significant importance for contractors and local jurisdictions, guiding the proper payment and classification of laborers in construction-related contracts.
    The document is an amendment (0005) to a federal solicitation issued by the Federal Bureau of Prisons, specifically addressing contract number 15BFA024B00000029. Effective from January 14, 2025, this amendment includes the incorporation of questions and answers, as documented in Attachment 1, and an update to the wage determination, now listed as WI20250011 from January 3, 2025. Aside from these additions, all other terms and conditions of the original solicitation remain unchanged and in force. The amendment highlights the procedural requirement for contractors to acknowledge receipt in specified ways to ensure their offers are considered valid, underscoring the importance of communication in the procurement process. This modification emphasizes the Bureau’s ongoing efforts to maintain compliance and clarify expectations for potential contractors, demonstrating the government's commitment to transparency and proper wage standards.
    The document is an abstract of offers for a construction project titled "Replace Roofs Phase III" at FCI Oxford, issued by the Federal Bureau of Prisons. It outlines the solicitation number, project details, bid opening dates, and offers received from various contractors. Eight bids were submitted, with significant variations in estimated amounts ranging from approximately $4.6 million to over $11 million. Each offer includes information on bid security, specifically a bid bond of 20%, and acknowledges several amendments to the solicitation. The key purpose of this document is to provide a summary of the responses to a governmental Request for Proposals (RFP) for a construction project, ensuring transparency and accountability in the procurement process. The offers received reflect the competitive bidding environment and the fiscal responsibility required in managing federal contracts. The certifications and details listed confirm adherence to procurement guidelines, allowing for informed decision-making by the awarding authority.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 roofing renovation of 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, emphasizing the importance of timely execution in federal contracting. Interested small businesses must submit their bids electronically by March 31, 2025, at 11:00 AM PST, and can reach out to Patrick Ford at pford@bop.gov for further inquiries.
    Replace Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids 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, estimated to cost between $250,000 and $500,000, is designated as a total small business set-aside, emphasizing the government's commitment to utilizing qualified small businesses for federal contracts. Interested bidders must submit their sealed bids by 11:00 AM local time on March 18, 2025, and can contact Patrick Ford at pford@bop.gov for further information.
    Replace Piping Under Housing Unit- FPC Bryan
    Buyer not available
    The Department of Justice, specifically 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 performance period of 140 calendar days following the award. The estimated cost for this construction project ranges between $500,000 and $1,000,000, and it is designated as a total small business set-aside, with bids due by April 1, 2025. Interested bidders must register in SAM.gov, attend a pre-bid conference on March 12, 2025, and complete a Criminal History Check to gain access to the facility. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Replace Sewage Liner at FCI Phoenix
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for the replacement of the sewage liner at the Federal Correctional Institution in Phoenix, Arizona. This project, designated as Solicitation number 15BFA025B00000004, requires contractors to provide all necessary materials, labor, and equipment, with an estimated project cost between $1 million and $5 million. The work is critical for maintaining the facility's infrastructure and ensuring compliance with environmental regulations, particularly concerning treated wastewater management. Interested small businesses must submit their bids electronically by February 19, 2025, and can direct inquiries to Krista Sua at kxsua@bop.gov for further information.
    Construct Freezer/Cooler Bldg. 5754 - FCI Fort Dix
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for the construction of a Freezer/Cooler Building (Bldg. 5754) at the Federal Correctional Institution in Fort Dix, New Jersey. This project requires contractors to provide all necessary materials, labor, and equipment, with a performance timeline commencing within 10 days of contract award and completion expected within 182 days. The estimated project value ranges from $500,000 to $1,000,000, highlighting the importance of engaging qualified small business contractors in federal procurement. Interested bidders must submit their proposals electronically by March 24, 2025, and are encouraged to attend a pre-bid conference on March 11, 2025, while ensuring compliance with all required documentation and background checks. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or call 202-598-6039.
    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 (FCC) in Pollock, Louisiana. The project requires contractors to provide all necessary materials, labor, and equipment, with a completion timeline of 364 calendar days following the contract award. This procurement is significant as it emphasizes the importance of maintaining operational efficiency within correctional facilities while also aligning with sustainability goals through the use of environmentally friendly materials. Interested small businesses must submit their bids electronically by March 19, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025, for further details. For inquiries, contact Patrick Ford at pford@bop.gov, with the project budget estimated between $500,000 and $1,000,000.
    NEW, NEW, FCI FORT DIX PURCHASE, INSTALLATION & REMOVAL - OF HVAC ( heating and cooling system) ROOFTOP BUILDING -5845.
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the purchase, installation, and removal of a rooftop HVAC system at FCI Fort Dix in New Jersey. The project aims to ensure the efficient operation of heating and cooling systems, with a specific requirement for the new unit to be operational within 12 hours of removing the existing system. This procurement is particularly significant as it promotes small business participation under a Total Small Business Set-Aside, with a bid submission deadline of March 20, 2025, and a site visit scheduled for March 13, 2025. Interested contractors should contact Arturo Aponte-Berrios at AAPONTEBERRIOS@BOP.GOV or David Ross at D1ROSS@BOP.GOV for further details.
    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 standards and safety within correctional facilities, emphasizing compliance with federal labor standards and safety regulations. Interested small businesses must submit their proposals by March 24, 2025, and can contact Broguen McKeown at bmckeown@bop.gov or Jeffrey Hayes at jx2hayes@bop.gov for further information.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the Replacement Sallyport Grill project at the Federal Correctional Complex in Forrest City, Arkansas. The project involves the removal of the existing grill and the installation of a new custom-fabricated stainless steel grill that meets specific design and safety requirements, including electronic and manual locking mechanisms. This procurement is crucial for maintaining the security and operational integrity of the facility, emphasizing compliance with federal regulations and safety protocols. Interested contractors must submit their quotations by December 16, 2024, and can direct inquiries to Essie Burton at eburton@bop.gov or by phone at 870-494-4230.
    FCC Beaumont - Emergency Chiller Replacement - Supply and Install
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for the supply and installation of an emergency chiller at the Federal Correctional Complex in Beaumont, Texas. This project, designated as a total small business set-aside, requires contractors to replace the existing chiller and ensure integration with the current Building Automation System, adhering to specific technical and safety standards. The successful contractor will be selected based on price and past performance, with proposals due by March 14, 2025, at 4:00 PM Central Time, following a site visit scheduled for March 6, 2025. Interested parties should contact Dillon Tydlacka at dtydlacka@bop.gov for further details and must comply with wage determinations and security protocols outlined in the solicitation documents.