FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
ID: 15BBNF26B00000001Type: 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 HEATING AND COOLING PLANTS (Z2NB)

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 construction contract focused on the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project entails providing a temporary Surge/Deaerator System to ensure continuous steam service, including the removal of an existing tank and installation of a new two-tank system with necessary piping, controls, and labor. This initiative is critical for maintaining operational efficiency and compliance with federal regulations in a correctional facility. Interested small businesses must submit their electronic bids by December 12, 2025, at 12:30 PM EST, and are encouraged to attend a pre-bid site visit on November 12, 2025. For further inquiries, contact Kevin Slone at kslone@bop.gov or 202-578-8617.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, General Decision Number MI20250100, outlines prevailing wage rates and labor requirements for building construction projects in Washtenaw County, Michigan, excluding single-family homes and apartments up to four stories. It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or renewed on specific dates. The document also provides a comprehensive list of classifications for various trades, including asbestos workers, boilermakers, bricklayers, carpenters, electricians, operating engineers, ironworkers, laborers, painters, glaziers, cement masons, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers, along with their respective wage and fringe benefit rates for 2025. It also includes provisions for paid sick leave under Executive Order 13706 and a process for appealing wage determinations, making it a critical resource for contractors and workers on federal and federally-assisted construction projects in the specified area.
    The Federal Bureau of Prisons requires individuals to complete a
    Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to guarantee that a principal (bidder) will enter into a contract if their bid is accepted. The form outlines the obligations of both the principal and surety(ies) to the United States Government. Key conditions specify that the bond becomes void if the principal executes required contractual documents and provides necessary bonds within specified timeframes (60 days for acceptance, 10 days for document execution, if not otherwise specified). If the principal fails to do so, they must pay the government for any costs exceeding the original bid. The form also details instructions for proper execution, including requirements for corporate and individual sureties, acceptable penal sum expressions (percentage of bid price with a maximum dollar limit), and the need for corporate seals. Sureties must be approved by the Department of the Treasury, and co-surety arrangements are allowed with clear liability allocations. Extensions to the bid acceptance period, up to 60 days, do not impair the surety's obligation, with notice waived.
    The Federal Bureau of Prisons is soliciting bids for Emergency Surface Blowdown Heat Recovery/DA Controls at FCI Milan, under solicitation number 15BBNF26B00000001. This is a 100% small business set-aside. Bids are due by December 3, 2025, at 12:30 P.M. EST and must be submitted electronically via the JEFS APP BOX. A mandatory pre-bid conference and site visit are scheduled for November 12, 2025, at 9:00 A.M. EST, requiring a criminal history check for attendees. Contractors must be registered in SAM.gov and meet small business size standards for NAICS code 238220. Required bid documents include SF-1442, Commodity or Services Schedule, SF-24 Bid Bond (with original wet signature mailed separately), and various FAR provisions. Bidders must also submit past performance information and bank references, ensuring these are sent directly by the references to the contracting officer, Kevin Slone (kslone@bop.gov). Electronic bids must be compatible with Adobe Acrobat Reader 11 and Microsoft Office Suite 2016, with files titled 'BID_SOLICITATION NO._COMPANY NAME_DESCRIPTION'. A virtual bid opening will occur on December 3, 2025, at 12:30 P.M. EST via Microsoft Teams. Award will be based on contractor responsibility, assessing financial resources, performance record, integrity, experience, and technical capabilities.
    This government solicitation (IFB 15BBNF26B00000001) issued by the Federal Bureau of Prisons outlines requirements for an Emergency Surface Blowdown Heat Recovery/DA Controls project at FCI Milan, MI. The project, valued between $1,000,000 and $5,000,000, requires the selected contractor to provide all materials, labor, and equipment within 180 calendar days of receiving notice to proceed. Key requirements include bid, performance, and payment bonds; specific insurance coverage; and adherence to detailed contract clauses covering areas like labor standards, safety, submittals, and payment procedures. Contractors must undergo security clearances, attend pre-construction conferences, and submit a Schedule of Values. The solicitation emphasizes compliance with federal regulations and departmental policies, including those related to small business set-asides and whistleblower protections.
    This document, Amendment 0001 to Solicitation Number 15BBNF26B00000001, issued by the Federal Bureau of Prisons, extends the solicitation closing date to December 12, 2025, at 12:30 EST. The amendment details significant revisions to the contract by removing several clauses related to security requirements, supply chain prohibitions, and foreign purchases. It adds new clauses by reference concerning apprentices and trainees, and security prohibitions. Furthermore, numerous existing clauses and provisions are updated to incorporate deviation text from the Revolutionary FAR Overhaul (RFO) Part 3, accessible via the provided acquisition.gov link. Key updates include provisions related to executive compensation reporting, System for Award Management maintenance, and various construction contract conditions. A detailed revision to the
    This government file, "FCI MILAN – EMERGENCY SURFACE BLOWDOWN HEAT RECOVERY/DA CONTROLS PROJECT 24Z4AY5 - QUESTIONS & ANSWERS," addresses clarifications for a federal solicitation. It covers 37 questions from McKenzie Construction regarding project specifics, technical requirements, and administrative procedures. Key clarifications include the absence of a formal specification book, the existence of as-built drawings to be released upon approval, and confirmation that the Surge Tank, stand, and pumps are part of the project. The document also details the scope of pneumatic-to-electronic control conversion, the relocation of existing pressure valves, and the required quantities of feedwater and transfer pumps. Staffing, continuous steam requirements, and the 24/7 presence of a powerhouse operator during construction are also clarified. The file further specifies electrical requirements, controls integration, the use of existing concrete slabs for new tanks, and contractor responsibility for patching new penetrations. The document emphasizes adherence to federal, state, local, and industry welding codes and confirms the requirement for Test & Balance (TAB) for the DA, Surge Tank, pumps, and heat recovery system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 A1 FCI MILAN MEATS QTR 2
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Milan, is seeking quotations for various meat supplies for the second quarter of Fiscal Year 2026. This procurement is set aside for small businesses and requires delivery of the items within 30 days of the award, with strict adherence to quality specifications and federal regulations. The goods are essential for the institution's food service operations, ensuring compliance with health and safety standards. Interested vendors must submit their bids via email using the specified Excel format by December 8, 2025, at 12:00 PM EST, and are encouraged to contact Curtis Dennis or A. Weaver for further information.
    FY26 A1 FCI MILAN SUBSISTENCE QTR 2
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Milan, is seeking bids for the procurement of various food items for the second quarter of Fiscal Year 2026. This opportunity is set aside for small businesses and includes a firm-fixed price contract with delivery required by January 30, 2025. The goods will support the dietary needs of the institution, adhering to strict National Menu Specifications and federal regulations regarding food safety and quality. Interested vendors must submit their quotes by December 8, 2025, at 12:00 pm EST, using the specified Excel format, and are encouraged to contact Curtis Dennis or A. Weaver for further information.
    Replace Chillers 1, 2 & 3
    Buyer not available
    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
    Buyer not available
    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.
    FY26 A1 FCI MILAN CERTIFIED QTR 2
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Milan, is seeking quotations for the acquisition of various certified food items for the second quarter of Fiscal Year 2026. This procurement is exclusively set aside for small businesses and requires compliance with strict federal regulations, including the Federal Food, Drug, and Cosmetic Act, as well as specific dietary certifications such as Halal and Kosher for the food items. The selected vendor will be responsible for delivering a range of food products, including meats, canned goods, and dry goods, with full delivery expected by January 30, 2025, following a firm-fixed price contract model. Interested vendors must submit their bids in the specified Excel format by December 8, 2025, at 12:00 PM EST, and can direct inquiries to Curtis Dennis at c1dennis@bop.gov or A. Weaver at A1WEAVER@BOP.GOV.
    Emergency Acquisition - 2 x Lochinvar Brand Name or Equivalent Heat Exchangers
    Buyer not available
    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 Roofs FCI 1 & SPC- FCC Oakdale
    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 Correctional Camp (FCC) Oakdale in Louisiana, under Solicitation No. 15BBNF26B00000003. The project entails replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a completion 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 $10,000,001.00 and $25,000,000.00, 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 can contact Patrick Ford at pford@bop.gov for further information.
    FCI Bastrop 2Q FY-2026 Milk Requirement
    Buyer not available
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is seeking quotations for the supply of milk to the Federal Correctional Institution (FCI) Bastrop, as outlined in Request for Quotation (RFQ) 15B50126Q00000008. The procurement requires weekly deliveries of skim milk in half-pint and five-gallon containers, starting January 6, 2026, and continuing through March 31, 2026. This opportunity is crucial for meeting the dietary needs of the institution's population, and the acquisition is unrestricted, allowing all qualified vendors to participate. Interested parties must submit their proposals via email to Magdeline Mirabal at mmirabal@bop.gov by December 8, 2025, at 10:00 a.m. EST, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    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.
    Upgrade Fire Detection System at FCI Phoenix
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features such as manual pull stations, automatic detectors, and connections to existing mechanical and fire suppression systems. This upgrade is crucial for enhancing safety protocols within the facility, ensuring compliance with federal regulations, and safeguarding personnel and inmates. Interested contractors must be registered as small businesses in SAM.gov under NAICS code 238210, with bids due by December 16, 2025, at 11:00 A.M. MST. For further inquiries, contact Alex Jackson at a4jackson@bop.gov or 202-578-9940.