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 proposals for the purchase, installation, and removal of a rooftop HVAC system at FCI Fort Dix in New Jersey. The project entails the removal of an existing 30-ton heating and cooling unit and the installation of a new system, which must be operational within 12 hours post-removal, adhering to specific efficiency and safety standards. This procurement is crucial for maintaining the facility's operational integrity and ensuring compliance with federal labor regulations, while also promoting participation from small businesses as it is a Total Small Business Set-Aside opportunity. Interested contractors must submit their bids by March 20, 2025, with a site visit scheduled for March 13, 2025; for further 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 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.
    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
    Construct Freezer/Cooler Bldg. 5754 - FCI Fort Dix
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for the construction of a Freezer/Cooler Building (Bldg. 5754) at the Federal Correctional Institution in Fort Dix, New Jersey. This project requires contractors to provide all necessary materials, labor, and equipment, with a performance timeline commencing within 10 days of contract award and completion expected within 182 days. The estimated project value ranges from $500,000 to $1,000,000, highlighting the importance of engaging qualified small business contractors in federal procurement. Interested bidders must submit their proposals electronically by March 24, 2025, and are encouraged to attend a pre-bid conference on March 11, 2025, while ensuring compliance with all required documentation and background checks. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or call 202-598-6039.
    Replace Chillers 1 & 2 - FCI Fairton
    Buyer not available
    The Department of Justice, specifically 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 contract value estimated between $500,000 and $1 million. Interested small businesses must submit their bids electronically by the extended deadline of March 10, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025, for further clarification. For inquiries, potential bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    FCC Beaumont - Emergency Chiller Replacement - Supply and Install
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the supply and installation of an emergency chiller at the Federal Correctional Complex in Beaumont, Texas. This project, designated under solicitation number 15B50225Q00000039, is a total small business set-aside, requiring bidders to comply with specific technical specifications, including integration with the existing Building Automation System and adherence to safety and engineering standards. 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, with a site visit scheduled for March 6, 2025, and interested parties should contact Dillon Tydlacka at dtydlacka@bop.gov for further information.
    FCC Beaumont - 100 Ton Air Cooled Commercial Grade Chillers
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified vendors to provide two 100-ton air-cooled commercial-grade chillers for the Federal Correctional Institution in Beaumont, Texas. The procurement aims to replace existing chillers by December 31, 2024, with specific requirements including a cooling capacity of 1,200,000 BTU/hr, operational specifications for electrical supply and water flow rates, and a five-year warranty on parts and labor. This initiative underscores the Bureau's commitment to upgrading facility infrastructure to ensure efficiency and compliance with safety standards. Interested small businesses must submit their offers by March 26, 2025, and can contact Dillon Tydlacka at dtydlacka@bop.gov for further information.
    A/C Units for Federal Prison Camp FCI Herlong
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified vendors to provide air conditioning units for the Federal Correctional Institution in Herlong, California. The procurement specifically requires two Carrier rooftop units, including a 25T WeatherMaker® Applied Rooftop Unit and a 10T WeatherMaker® Puron Advance™ Single-Packaged Rooftop Unit, with no substitutions allowed for the specified brand. This initiative is crucial for maintaining the operational efficiency and comfort of federal facilities, ensuring compliance with federal procurement regulations. Interested small businesses must submit their offers by March 5, 2025, at 2:00 p.m. Pacific Standard Time, and are encouraged to direct inquiries to Contracting Officer Trevor Polan at tpolan@bop.gov or by phone at 530-827-8132.
    FCC Beaumont - Emergency Low Cooling Tower Rebuild - Supply & Install
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking contractors for the "Emergency Low Cooling Tower Rebuild - Supply & Install" project at the Federal Correctional Complex in Beaumont, Texas. The procurement aims to provide all necessary materials, labor, and equipment for the rebuild, with a total project duration of 14 weeks, including inspections and demobilization. This project is critical for maintaining the facility's operational efficiency and ensuring compliance with safety standards. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, with a site visit scheduled for March 6, 2025, and NCIC background checks required for attendees. For further inquiries, contact Dillon Tydlacka at dtydlacka@bop.gov.
    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 Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the replacement of roofs at the Federal Medical Center Carswell located in Fort Worth, Texas. Contractors are required to provide all necessary materials, labor, and equipment to complete the project within a timeline of 210 calendar days, adhering to federal regulations and safety standards. This project is a total small business set-aside, with an estimated value between $250,000 and $500,000, and bids must be submitted electronically by 11:00 AM local time on March 5, 2025. Interested contractors should contact Patrick Ford at pford@bop.gov for further details and ensure compliance with all submission requirements, including attendance at a pre-bid conference on February 12, 2025.
    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. This project requires the selected contractor to provide all necessary materials, labor, and equipment, with a timeline for commencement within 10 calendar days post-award and completion within 364 calendar days. The contract is set aside exclusively for small businesses under NAICS code 238220, with a budget estimated between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically by February 25, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025. For further inquiries, contact Patrick Ford at pford@bop.gov.