SV0174-25 WSHP
ID: SV0174-25Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCWASHINGTON, DC, 20534, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 2:00 PM UTC
Description

The Department of Justice, through Federal Prison Industries (UNICOR), is soliciting proposals from qualified small businesses to provide and install sixty (60) Daikin Water Source Heat Pumps at their Central Office located at 400 1st St NW, Washington, DC. The procurement emphasizes a total small business set-aside and requires compliance with federal regulations regarding safety, insurance, and employee citizenship, as well as adherence to environmental standards during installation and disposal. This initiative supports UNICOR's mission of vocational training for incarcerated individuals while ensuring operational efficacy and safety within the federal facility. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals by May 2, 2025; for further inquiries, they can contact Joshua Hassler at joshua.hassler2@usdoj.gov.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
The document outlines a Request for Proposal (RFP) from Federal Prison Industries (UNICOR) seeking contractors to provide and install 60 Daikin water source heat pumps at their Central Office building in Washington, DC. The solicitation emphasizes a 100% small business set-aside, with proposals due by May 2, 2025. A mandatory site visit is scheduled for April 15, 2025. Contractors must comply with several requirements, including levying federal regulations on safety, insurance, and citizenship for employees. The scope of work encompasses installation, proper disposal, and compliance with environmental standards. Evaluation criteria include the technical proposal, past performance, installation timelines, and pricing. The document emphasizes maintaining high standards for contractor performance to support UNICOR's mission of rehabilitating incarcerated individuals through vocational training while ensuring safety and operational efficacy throughout the project lifecycle. Contractors are required to develop safety plans and follow strict security protocols due to the federal facility's environment. This RFP illustrates the U.S. government's commitment to integrating small businesses and ensuring compliance with federal regulations in service contracts.
Apr 8, 2025, 7:08 PM UTC
The Business Management Questionnaire is a required document for prospective contractors responding to government solicitations. The questionnaire collects key details about the applicant's experience with government contracts, specifically asking for information on the last five government or commercial contracts. Information requested includes customer details, contract type and status, contract amounts, and the percentage of resources allocated to each contract. Additionally, the document seeks disclosure of any contracts defaulted in the past 36 months, alongside reasons for default. A bank reference is also required for financial credibility. This questionnaire assists the government in evaluating contractor responsibility in accordance with the Federal Acquisition Regulation, ensuring that prospective contractors meet necessary qualifications and standards for federal contracts.
Lifecycle
Title
Type
SV0174-25 WSHP
Currently viewing
Solicitation
Similar Opportunities
SV0173-25 Flagpole Base Repair
Buyer not available
The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking qualified small businesses to provide masonry services for the repair of the flagpole area at their facility located at 400 1st St NW, Washington, DC. The project involves fixing granite panels and other related repairs, with a mandatory site visit scheduled for April 15, 2025, prior to the proposal submission deadline of May 2, 2025. This initiative is part of UNICOR's mission to enhance facility conditions while providing training and job opportunities for inmates, thereby contributing to community rehabilitation efforts. Interested contractors should direct inquiries to Joshua Hassler at joshua.hassler2@usdoj.gov and ensure compliance with all federal regulations and requirements outlined in the solicitation.
SV0175-25 Lighting Project
Buyer not available
The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses for a lighting replacement project at the federal building located at 400 1st St NW, Washington, DC. The project involves providing and installing lighting components on the 7th floor, with specific requirements including compliance with safety regulations and contractor residency requirements. This initiative underscores the government's commitment to engaging small businesses in federal contracts while ensuring quality and safety standards are met. Interested vendors must submit their proposals by April 24, 2025, at 10:00 AM EST, following a mandatory site visit on April 18, 2025; inquiries can be directed to Joshua Hassler at joshua.hassler2@usdoj.gov.
FCI LA TUNA FACTORY HVAC REPLACEMENT
Buyer not available
The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking qualified small businesses to provide HVAC replacement services at the Federal Correctional Institution La Tuna in Anthony, Texas. The project involves a Firm Fixed Price construction contract focused on the installation of HVAC units and infrastructure improvements, with a performance period of 180 calendar days post-award. This opportunity is critical for enhancing the facility's infrastructure and ensuring compliance with safety standards, with an estimated contract value between $250,000 and $500,000. Interested contractors must hold an active HVAC license in Texas and OSHA-30 certification, and proposals are due by April 25, 2025, following a mandatory site visit on March 20, 2025. For further inquiries, potential offerors can contact Jason Morgan at jason.morgan2@usdoj.gov or David Smith at david.smith18@usdoj.gov.
Replace Chillers - USP Lewisburg
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 chillers at the United States Penitentiary (USP) in Lewisburg, Pennsylvania. The project involves the complete provision of labor, materials, and equipment to replace two existing chillers with new 400-ton centrifugal chillers, including demolition, installation, and startup, with a performance period of 364 calendar days from the notice to proceed. This procurement is crucial for maintaining the facility's operational efficiency and ensuring compliance with federal standards. Interested small businesses must submit their bids electronically by May 16, 2025, and are encouraged to contact Joshua Cortez at j2xcortez@bop.gov or 623-465-5130 for further information.
Office Seating
Buyer not available
The Department of Justice, through the Federal Prison Industries, Inc. (UNICOR), is seeking proposals for office seating products as outlined in solicitation FN1580-25. The procurement aims to enhance the quality and availability of office furniture, specifically focusing on compliance with ANSI/BIFMA certifications and other specifications related to materials, packaging, and acceptance criteria. This initiative supports UNICOR's mission of workforce rehabilitation by providing employment opportunities for inmates while ensuring adherence to government procurement standards. Interested vendors can reach out to Linda K. Kerr at Linda.Kerr@usdoj.gov or by phone at 814-362-4155 for further inquiries, with the amendment effective from April 10, 2025, facilitating transparent communication and participation in the bidding process.
Replace Chillers & Cooling System at FCC Tucson
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 the chillers and cooling system at the Federal Correctional Complex in Tucson, Arizona. The project involves the complete removal of existing equipment, including three centrifugal chillers and a cooling tower, and the installation of new high-efficiency units, along with necessary structural and electrical modifications. This upgrade is crucial for enhancing the operational efficiency and reliability of the facility's cooling systems. Interested small businesses must submit their bids electronically by May 8, 2025, and are required to attend a pre-bid site visit on April 22, 2025, with prior completion of a criminal history check. For further inquiries, contact Krista Sua at kxsua@bop.gov.
FCC VICTORVILLE - REPLACE 5 FOOD SERVICE WAREHOUSE FREEZER/COOLER DOORS
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons at FCC Victorville, is seeking qualified small businesses to replace five food service warehouse freezer and cooler doors. The project requires the contractor to provide all necessary equipment, labor, and materials to replace and install five new doors for three drive-in freezers and two drive-in coolers, with work expected to be completed by approximately September 30, 2025. This procurement is crucial for maintaining operational efficiency and food safety within the facility. Interested parties must submit their offers electronically to Santos Campos at scampos-jimenez@bop.gov by May 23, 2025, and are encouraged to submit any questions regarding the solicitation prior to this deadline.
FCI GILMER - FREEZER/COOLER REFRIGERATION EQUIPMENT & PARTS
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons at FCI Gilmer, is soliciting bids for the procurement of freezer and cooler refrigeration equipment and parts under solicitation number 15B11925Q00000009. This contract aims to acquire specific refrigeration equipment, including detailed specifications regarding capacities and electrical requirements, to support operations at the Glenville, West Virginia facility. The initiative emphasizes the government's commitment to engaging small businesses, including those owned by veterans and women, while ensuring compliance with federal regulations and privacy standards. Interested vendors must submit their offers via email by 4:00 p.m. on April 25, 2025, and can direct inquiries to Contract Specialist Jessica Hutchison at J2Hutchison@bop.gov or by phone at 304-626-2500, ext. 1082.
Office Seating
Buyer not available
The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is soliciting proposals for the procurement of ergonomic, executive, lounge, and wood seating solutions, specifically under solicitation FN1580-25. The procurement aims to acquire approximately 270,000 seating units for federal use, with a focus on compliance with ANSI/BIFMA standards and the inclusion of inmate labor in the manufacturing process. This initiative is significant for enhancing the quality of office furniture within federal institutions while promoting rehabilitation through employment opportunities for inmates. Interested vendors must submit their proposals by April 16, 2025, at 2:00 PM EST, and can direct inquiries to Linda K. Kerr at Linda.Kerr@usdoj.gov or by phone at 814-362-4155.
J. Edgar Hoover FBI Building Piping and Plumbing Repair and Replacement Project
Buyer not available
The Department of Justice, through the Federal Bureau of Investigation, is seeking qualified 8(a) firms for the J. Edgar Hoover FBI Building Piping and Plumbing Repair and Replacement Project in Washington, D.C. This Sources Sought Notice aims to identify potential contractors capable of performing multi-year Indefinite Delivery, Indefinite Quantity (IDIQ) contracts focused on the repair and replacement of HVAC and plumbing systems within the facility, with an estimated contract ceiling of $60 million. The project emphasizes minimizing disruptions during implementation, particularly in occupied spaces, and requires respondents to detail their business size, relevant capabilities, and experience with similar projects. Interested firms must submit their responses by April 28, 2025, and can direct inquiries to Eric Thomas at ejthomas3@fbi.gov or Ezekiel Galyon at ecgalyon@fbi.gov.