NEW, NEW, FCI FORT DIX PURCHASE, INSTALLATION & REMOVAL - OF HVAC ( heating and cooling system) ROOFTOP BUILDING -5845.
ID: 15BFTD25Q00000008Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFCI FORT DIXFORT DIX, NJ, 08640, USA

NAICS

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

PSC

WASTE DISPOSAL EQUIPMENT (4540)

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 purchase, installation, and removal of a 30-ton rooftop HVAC system at the Federal Correctional Institution (FCI) in Fort Dix, New Jersey. The project entails the complete removal of the existing heating and cooling system and the installation of a new unit, which must be operational within 12 hours of the old system's removal. This HVAC upgrade is crucial for maintaining adequate airflow and temperature control in a secure environment, ensuring compliance with federal regulations and operational standards. Interested small businesses must submit their bids by March 20, 2025, and are encouraged to attend a site visit on March 13, 2025, for further insights into the project requirements. For inquiries, contact Arturo Aponte-Berrios at AAPONTEBERRIOS@BOP.GOV or David Ross at D1ROSS@BOP.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Correctional Institution (FCI) in Fort Dix, New Jersey, is seeking a contractor to remove and install a 30-ton rooftop heating and cooling system at Building 5845. The project requires licensed contractors to handle all related labor and materials, ensuring safe removal and installation using a crane. Key performance criteria include that the new unit must be operational within 12 hours after the removal of the existing system, and specifications for the new unit must meet specific requirements, including efficiency ratings and safety approvals. The contractor is responsible for recycling refrigerants and adhering to regulations. The contractor must provide warranties on the new unit and its labor, and coordinate all delivery and inspection logistics with the Contract Officer Representative (COR). Security protocols are strict, with restrictions on tools and materials on-site and background checks required for all workers. Payment terms are established, incorporating electronic payment methods and the Prompt Payment Act. This request for proposal outlines the project's scope, contractor obligations, and operational and security guidelines critical to maintaining the facility's security and functionality.
    The document pertains to a request for quotes regarding HVAC units by the US Department of Justice, specifically the Bureau of Prisons at F.C.I. Fort Dix. Contract Specialist Arturo Aponte-Berrios emphasizes the importance of including specific brand and model information in quotes submitted for consideration. Previous quotes lacked this critical data, which made it difficult to assess their value, as they only accounted for total costs without details on the HVAC units themselves. As a result, any generic quotes will be rejected. The directive underlines the need for precise and comprehensive submissions to ensure proper evaluation and selection of HVAC equipment, reflecting standard practices in federal procurement processes.
    The document serves as an authorization form for conducting criminal history checks by the Federal Bureau of Prisons. It outlines the requirement for individuals to provide personal information, including their name, address, date of birth, Social Security number, physical characteristics, and place of birth, to facilitate the background check necessary for entry or service in Bureau facilities. The form emphasizes that failure to provide complete information may lead to denial of entry, volunteer, or contractor status. Additionally, it includes a Privacy Act Notice explaining the legal authority for collecting information, its intended use for vetting fitness for federal employment, and potential security clearances. The voluntary nature of information disclosure is mentioned, with consequences for non-disclosure highlighted. This document is crucial for ensuring safety and compliance within federal facilities, reflecting the government's commitment to maintaining secure environments while facilitating the processing of individuals serving or volunteering in its institutions.
    This file pertains to a solicitation for pre-bid photographs related to the HVAC (Heating, Ventilation, and Air Conditioning) project at Building 5845. The primary purpose of the documentation is to provide visual references to potential bidders. The images are intended solely for reference and do not represent a requirement for submission. This type of solicitation falls under government Requests for Proposals (RFPs), indicating a process where the federal government seeks bids for services associated with this building's HVAC system. As such, interested parties must review the provided images to better understand the project context and physical attributes of the site in question. Overall, the document underscores the preliminary phase of a larger procurement effort focused on enhancing the HVAC infrastructure at the specified location.
    The document outlines pre-bid questions and responses related to the solicitation for the purchase, installation, and removal of an HVAC rooftop unit at FCI Fort Dix, specifically for Building 5845. Key inquiries focus on existing unit specifications, crane accessibility for installation, and compatibility with York equipment. Eagle Solutions is required to document existing HVAC measurements, crane distances, and ground conditions, ensuring adherence to safety protocols and building regulations. R&R Logistics seeks clarification on ducting requirements and brand preferences. Universal Mechanical Group discusses potential project lead times and installation durations, while Wireless Network Group Inc raises concerns about crane setup near power lines and requests extended work hours for installation. The responses indicate a collaborative effort to ensure project feasibility while adhering to safety and operational guidelines.
    The document is a solicitation from the Federal Bureau of Prisons (BOP) for the purchase, installation, and removal of HVAC systems at FCI Fort Dix, NJ. Scheduled for bid submission by March 20, 2025, this Request for Proposal (RFP) is open to small businesses in compliance with strict federal guidelines. The key details include a delivery date of April 1, 2025, and a site visit planned for March 13, 2025. Contractors must comply with various regulations regarding labor standards and confirm that they are not ineligible for federal contracts. The solicitation incorporates several critical federal acquisition clauses, ensuring adherence to standard practices such as inspection, acceptance, and payment requirements. Moreover, provisions for contractor privacy and data handling are emphasized, reflecting the sensitivity surrounding information security during contract execution. The primary goal of this RFP is to secure reliable HVAC services while promoting small business participation, ensuring compliance with labor laws, and safeguarding sensitive data. The structured approach highlights the procedural integrity essential for government contracts, aiming for a lowest price technically acceptable source selection process.
    The Federal Bureau of Prisons is soliciting bids for the purchase, installation, and removal of HVAC systems at FCI Fort Dix, New Jersey, under solicitation number 15BFTD25Q00000008. This contract is aimed at small businesses, including service-disabled veteran-owned and women-owned enterprises. The deadline for bid submission is March 20, 2025, with a site visit scheduled for March 13, 2025. The award will be made based on "Lowest Price Technically Acceptable" criteria. Key contract terms involve the delivery of HVAC systems by April 1, 2025, and include clauses related to inspection, payment, labor standards, and compliance with privacy and data protection regulations. Contractors must ensure their personnel undergo privacy training and handle personally identifiable information according to specific guidelines. This solicitation reflects the government's aim to enhance operational efficiency while adhering to federal procurement regulations, emphasizing small business participation and compliance with labor standards.
    This document presents the General Decision Number NJ20250048, effective from February 14, 2025, regarding wage determinations for heavy construction projects in Burlington County, New Jersey. The document outlines wage rates for various classifications of workers involved in such projects, emphasizing compliance with the Davis-Bacon Act and associated Executive Orders. It distinguishes pay rates based on contract award dates and whether they were issued under specific Executive Orders relating to minimum wage requirements. Noteworthy are the rates for Asbestos Workers, Carpenters, Electricians, and Laborers, along with details on fringe benefits, paid holidays, and conditions relevant to hazardous waste removal. The document also addresses the appeal process for wage determinations, detailing how interested parties can seek reviews or reconsiders of decisions made regarding the classifications or wage rates. The overarching purpose is to ensure fair compensation and worker protections in federally funded construction projects, aligning with government standards and regulations. This information is essential for contractors, workers, and stakeholders involved in federal and state construction projects, ensuring adherence to labor laws and fostering transparent labor practices.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts affecting New Jersey Counties of Burlington, Camden, and Gloucester. It specifies required minimum wage rates for various occupations based on contract initiation dates and applicable Executive Orders, ensuring workers receive at least $17.75 under Executive Order 14026 for contracts starting after January 30, 2022, and $13.30 under Executive Order 13658 for certain contracts awarded between January 1, 2015, and January 29, 2022. The document includes an extensive list of occupations with their corresponding wage rates and notes fringe benefits such as health, welfare, and paid sick leave. Additionally, it explains the conformance process for unlisted job classifications, requiring contractors to identify and propose wage rates for any new occupations covered under SCA. This comprehensive wage determination is essential for ensuring that federal contractors uphold fair labor standards, promoting worker protection in line with federal regulations. Ensuring compliance helps mitigate risks associated with labor disputes and enhances accountability among federal contractors.
    Similar Opportunities
    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.
    Justification for Other Than Full and Open Competition - HVAC Supply/Install
    Buyer not available
    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.
    FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, BREAD AND DAIRY- 15BFTD26Q00000001
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at FCI Fort Dix, is soliciting quotes for subsistence items, including eggs, bread, and dairy, for the second quarter of fiscal year 2026. Offerors are required to submit price quotes for specified items by November 20, 2025, at 11:59 PM Eastern Time, ensuring compliance with federal, state, and local regulations, particularly regarding allergen labeling and product specifications. These goods are essential for the dietary needs of the inmate population at FCI Fort Dix, and the contract will be awarded to the lowest responsive and responsible offeror, with special attention given to certain bread items that must be awarded collectively to a single vendor. Interested parties should direct inquiries to Arturo Aponte-Berrios at aaponteberrios@bop.gov or Brian Virgillo at bvirgillo@bop.gov, and must ensure they are registered in the System for Award Management (SAM) to participate in this procurement process.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Two Chiller Replacement Project
    Buyer not available
    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.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    Marietta Repair Station HVAC Supply and Install; W91237-26-Q-A008
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the supply and installation of a complete HVAC system at the Marietta Repair Station located in Marietta, Ohio. The contractor will be responsible for providing all necessary equipment and services to ensure the HVAC system is fully operational in the new steel building. This procurement is crucial for maintaining a comfortable and efficient working environment at the facility, which is essential for its operational capabilities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, and inquiries can be directed to Lillie Bodie at 304-399-5139 or via email at lillie.v.bodie@usace.army.mil.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Update HVAC Building 1281
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.