Upgrade Elevators at MDC Los Angeles
ID: 15BFA025B00000015Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

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 upgrade of elevators at the Metropolitan Detention Center (MDC) in Los Angeles, California. This project requires contractors to provide all necessary materials, labor, and equipment to complete the upgrades, with a total project timeline of 1,095 calendar days and a commencement period of 10 calendar days post-award. The upgrades are crucial for maintaining operational safety and compliance within the correctional facility, reflecting the government's commitment to engaging small businesses in federal contracting opportunities. Interested small businesses must submit their sealed bids electronically by April 2, 2025, at 11:00 AM PST, and can direct inquiries to Krista Sua at kxsua@bop.gov.

    Point(s) of Contact
    Krista Sua
    kxsua@bop.gov
    Files
    Title
    Posted
    The document outlines a solicitation for bids related to upgrading elevators at the Federal Metropolitan Detention Center in Los Angeles, California, issued by the Federal Bureau of Prisons. The project requires contractors to provide all necessary materials, labor, and equipment as per attached specifications and drawings. Established timelines allocate 10 calendar days for contractors to commence work and a total of 1,095 calendar days for completion, with provisions for mandatory performance and payment bonds. The bidding process specifies sealed bids due by April 2, 2025, at 11:00 AM PST, with a public opening on Microsoft Teams. A comprehensive table of contents organizes critical sections, including special contract requirements, clauses, and insurance details. The estimated project magnitude is between $1 million and $5 million. Contractors must adhere to various safety protocols and labor standards during construction, and specific bonding and insurance requirements are mandated. Throughout the document, a clear framework is established for contractor responsibilities, bidding, timeline adherence, and compliance with federal standards, reflecting the government's commitment to ensuring secure and effective procurement processes for public projects.
    The document outlines the requirements for a Bid Bond, a vital financial instrument used in federal government contracting. It includes essential details such as the date the bond was executed, the principal's legal name and address, and the surety's information. This form ensures that the principal (bidder) is financially liable to the U.S. government should they fail to complete a contract upon bid acceptance. The bond becomes void if the principal executes contractual documents and provides the necessary bonds within the specified time after acceptance. Conditions allow for extensions of up to 60 days for bid acceptance without impairing the surety’s obligations. The document also specifies the involvement of individual and corporate sureties, noting that the corporate sureties must be approved by the Department of the Treasury. Additionally, it provides instructions for completing the form, emphasizing the need for corporate seals and proper signatures. The form's use indicates a compliance requirement in governmental contract processes, ensuring that bidders are serious and financially secure for project contracts, reinforcing the integrity of federal procurement practices.
    The document outlines the process for a Criminal History Check required by the U.S. Department of Justice, specifically the Federal Bureau of Prisons, for individuals seeking to enter or serve at Bureau facilities. It emphasizes the necessity of providing accurate personal information, including name, address, citizenship, Social Security number, and physical characteristics. The form serves as an authorization for the Bureau to obtain the applicant's criminal history and clarifies that non-disclosure of requested information may lead to denial of entry or volunteer/contract status. Additionally, the document includes a Privacy Act Notice, detailing the legal authority for collecting information, its intended uses (such as determining fitness for federal employment), and implications of not providing the required details. Importantly, a Spanish-language template is also provided to assist non-English speakers in understanding the requirements. This document plays a key role in promoting safety and security within federal facilities while facilitating compliance with regulatory requirements regarding background checks.
    The U.S. Department of Justice, through the Federal Bureau of Prisons, issued Solicitation No. 15BFA025B00000015 for upgrading elevators at the Metropolitan Detention Center (MDC) in Los Angeles. The bid is set to close on April 2, 2025, at 11:00 A.M. PST, and is exclusively designated for small businesses registered in the System for Award Management (SAM). Bidders must provide various documentation, including a signed Bid Bond and past performance references. A pre-bid conference will be held on March 4, 2025, where attendance is encouraged but not mandatory. Proper security protocols will be enforced at the facility, with a criminal history check required for attendees. Questions regarding the solicitation should be directed to the contracting officer by March 7, 2025, while all bids must be submitted electronically through the designated portal. The successful bidder will be evaluated based on financial responsibility, past performance, and overall qualifications as stipulated in the Federal Acquisition Regulations. This solicitation represents the government’s commitment to maintaining operational safety and compliance within correctional facilities with a focus on engaging small businesses in federal contracting opportunities.
    The document outlines wage determinations and prevailing wage rates for construction projects in Los Angeles County, California, governed by the Davis-Bacon Act and relevant Executive Orders. Effective from February 2025, it specifies minimum wage rates for various construction trades, including building, heavy, dredging, and highway work. Key provisions include minimum wage requirements based on contract dates, with rates adjusted annually. Notably, contracts entered after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a rate of $13.30 per hour unless otherwise specified. The document lists wages and fringe benefits for specific classifications such as asbestos workers, electricians, carpenters, and laborers, providing detailed rates per hour and applicable premiums for specialized work or hazardous environments. Additionally, there are geographic wage differences and premium pay for work performed on military bases. This comprehensive wage determination is critical for compliance in federal and state construction contracts, ensuring fair labor practices and adherence to local regulations in the state's construction industry.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Upgrade Elevators at MDC Los Angeles
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the upgrade of elevators at the Metropolitan Detention Center (MDC) in Los Angeles, California. This project aims to enhance the functionality and safety of the elevator systems within the facility, which is crucial for the efficient operation of penal facilities. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties should reach out to Krista Sua at kxsua@bop.gov for further details. The presolicitation notice indicates that the project falls under the NAICS code 238290, focusing on Other Building Equipment Contractors, with a PSC code of Z2FF for repair or alteration of penal facilities.
    Elevator Maintenance & Repair Services MDC Brooklyn, New York
    Buyer not available
    Sources Sought JUSTICE, DEPARTMENT OF is seeking Elevator Maintenance & Repair Services for the Metropolitan Detention Center (MDC) Brooklyn, New York. This service is needed for the maintenance and repair of 17 elevators located at the MDC Brooklyn and Dayton Manor (Staff Housing) in Brooklyn, NY.
    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.
    Replace Chillers 1 & 2 - FCI Fairton
    Buyer not available
    The Department of Justice, through 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 project magnitude estimated between $500,000 and $1 million. Interested small businesses must submit their bids electronically by February 28, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025, for further clarification. For inquiries, contact Joshua Cortez at j2xcortez@bop.gov or call 202-598-6039.
    Replace Sewage Liner at FCI Phoenix
    Buyer not available
    The Department of Justice, through 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, estimated to cost between $1 million and $5 million, requires contractors to provide all necessary materials, labor, and equipment while adhering to strict safety and compliance regulations, including Davis-Bacon wage requirements and specific hiring goals for minority and female workers. The importance of this procurement lies in ensuring the proper management of wastewater in a correctional facility, which necessitates adherence to unique security protocols and environmental standards. Interested contractors must submit their bids electronically by February 26, 2025, and can direct inquiries to Krista Sua at kxsua@bop.gov for further information.
    MDC BROOKLYN_CHILLER MAINTENANCE SERVICE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking a contractor for maintenance services for three York Paraflow chillers at the Metropolitan Detention Center in Brooklyn, New York. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform tasks such as component removal, cleaning, gasket replacement, and ensuring the chillers operate efficiently, with completion expected by April 24, 2025. This procurement underscores the importance of maintaining infrastructure efficiency and safety within correctional facilities while adhering to strict environmental and safety regulations. Interested contractors should contact Brian Rodriguez at b2rodriguez@bop.gov or call 718-840-4130 for further details regarding the proposal submission process.
    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. The project requires the selected contractor to provide all necessary materials, labor, and equipment, with work expected to commence within 10 calendar days post-award and to be completed within 364 calendar days. This procurement is crucial for maintaining the operational integrity of the facility's climate control systems and is set aside exclusively for small businesses under NAICS code 238220, with a budget ranging from $500,000 to $1,000,000. Interested bidders must submit their proposals electronically by February 25, 2025, and are encouraged to contact Patrick Ford at pford@bop.gov for further information.
    Residential Elevator with Installation
    Buyer not available
    The U.S. Embassy in Mexico is seeking qualified contractors to provide and install a residential elevator at its facility in Ciudad de México. The procurement involves the removal of an existing elevator and the installation of a new machine room-less elevator, adhering to stringent safety regulations and compliance with both U.S. and Mexican standards. This project is critical for maintaining operational efficiency and safety within the embassy's residential facilities. Interested offerors must submit their quotations by 12:00 PM local time on March 24, 2025, and are encouraged to attend a site visit on March 3, 2025, to discuss the solicitation requirements. For inquiries, contact John P. Harris at MexicoCityProcurement@groups.state.gov by March 10, 2025.
    Replace Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace roofs at the Federal Medical Center (FMC Carswell) in Fort Worth, Texas. The project involves the removal of existing roofs and installation of new thermoplastic polyolefin membrane roof systems over approximately 20,640 square feet, with a completion timeline of 210 calendar days from the notice to proceed. This procurement is critical for maintaining the facility's infrastructure, ensuring safety and compliance within a federal correctional environment. Interested small businesses must submit their bids electronically by 11:00 AM PST on March 5, 2025, and are encouraged to attend a pre-bid conference on February 12, 2025. For further inquiries, contact Patrick Ford at pford@bop.gov.
    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 integrate the new chiller with the existing Building Automation System and adhere to specific technical specifications, including electrical and piping requirements. The successful contractor will play a crucial role in modernizing the facility's cooling systems, ensuring operational efficiency and safety. Proposals are due by March 10, 2025, at 12:00 PM CST, and interested parties should contact Dillon Tydlacka at dtydlacka@bop.gov for further details.