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
    Description

    The Department of Justice, through Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses to provide and install sixty (60) Daikin Water Source Heat Pumps (WSHP) at their Central Office building located at 400 1st St NW, Washington, DC. The procurement aims to enhance the facility's heating and cooling systems, ensuring compliance with federal safety and environmental standards during installation. This project is part of UNICOR's mission to support vocational training for incarcerated individuals while maintaining operational efficiency. Proposals are due by May 2, 2025, following a mandatory site visit on April 15, 2025. Interested contractors can direct inquiries to Joshua Hassler at joshua.hassler2@usdoj.gov for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    This document serves as Amendment #001 to the solicitation SV0174-25, issued by UNICOR, Federal Prison Industries, Inc., on April 24, 2025. The amendment provides a series of questions and answers to clarify project details. Key points include that roles such as the Superintendent, SSHO, and QC Manager do not need to be filled by separate individuals. There is no provision for extending the performance period post-award unless lead times for materials are confirmed due to market conditions. The document confirms that UNICOR is a tax-exempt agency, issues no specific soil or excavation details, and indicates that safety concerns such as asbestos or lead are not applicable to this project. Additionally, the amendment notes that the government owns the building and is responsible for maintaining the building automation systems. Overall, the amendment maintains all existing terms and conditions while addressing vital queries to aid in the proposal and bidding process effectively.
    This document is Amendment #002 to solicitation SV0174-25 issued by UNICOR, Federal Prison Industries, Inc., primarily concerning the procurement of Water Source Heat Pumps (WSHP). The amendment, effective April 28, 2025, addresses queries from contractors regarding the solicitation's requirements. It clarifies that a quantity of 60 WSHPs is accurate despite conflicting language in the specifications. Additional questions cover operational aspects such as working hours (6:00 am – 2:30 pm EST), access to units, installation responsibilities, and equipment requirements. Notably, it specifies no need for central control communication cards, piping insulation, or thermostat replacements for the new units. The terms and conditions of the original solicitation remain unchanged except for the clarifications provided. This document serves to streamline understanding between the contractor and the government, ensuring clear communication and expectations regarding the project scope and requirements.
    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
    Emergency Replace Refrigerant Units- FCC Victorville
    Justice, Department Of
    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 refrigeration units at the Federal Correctional Complex (FCC) in Victorville, California. The project entails providing all necessary equipment, labor, materials, and incidentals to replace four large condensing ground units and fourteen evaporator coils with five remote condensing units and fourteen evaporative coils located behind the food service outside warehouse. This procurement is critical for maintaining operational efficiency and safety within the correctional facility. The estimated project value ranges between $250,000 and $500,000, with a performance period of 163 calendar days from the notice to proceed. Interested small businesses must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov or Kimberly Johnson at knjohnson@bop.gov for further information.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    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.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    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.
    Justification for Other Than Full and Open Competition - HVAC Supply/Install
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Marianna, is seeking to procure HVAC supply and installation services through a justification for other than full and open competition. The procurement aims to address specific HVAC needs at the facility, as detailed in the attached Single Source Justification document. HVAC systems are critical for maintaining a safe and comfortable environment within correctional facilities, ensuring proper climate control and air quality. Interested vendors can reach out to Kenneth Stewart at kstewart1@bop.gov or by phone at 850-526-6358 for further information regarding this opportunity.
    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.
    UNICOR LA TUNA REQUEST FOR QUOTE SPRAY FOAM INSULATION KIT
    Justice, Department Of
    The Department of Justice, through the Federal Prison Industries, Inc., is soliciting quotes for a spray foam insulation kit as part of a combined synopsis/solicitation process. This procurement is specifically set aside for small businesses under the NAICS code 32615, focusing on Urethane and Other Foam Product Manufacturing, and aims to fulfill the insulation needs for vehicle components at the UNICOR facility in Anthony, Texas. The selected vendor will be required to deliver the specified materials promptly upon contract award, with evaluations based on price, technical acceptability, delivery time, and past performance. Interested vendors must submit their quotations electronically to Wayne Mayfield at wayne.mayfield2@usdoj.gov by the specified deadline, ensuring compliance with all outlined requirements and regulations.
    FCI Pekin - Replace Boilers & Controls
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project entails the removal of existing boilers and associated systems, installation of new boilers and controls, and ensuring proper integration with existing systems, with a performance period of 120 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and the solicitation is expected to be available around January 7, 2026. Interested contractors should monitor the Contract Opportunity website at https://sam.gov for updates and ensure their registration in the System for Award Management (SAM) is current, as all submissions must comply with the small business size standard of $19 million for the applicable NAICS code 238220.