ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Replace Perimeter Detection System- FCI Safford

DEPARTMENT OF JUSTICE 15BFA025B00000042
Response Deadline
Aug 13, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the perimeter detection system at the Federal Correctional Institution (FCI) Safford in Arizona. The project involves the installation of new sensor cables, alarm systems, and related components, ensuring compliance with industry standards and safety regulations within a correctional facility. This procurement is critical for enhancing security measures at the institution, with an estimated project value between $250,000 and $500,000 and a performance period of 297 days from the notice to proceed. Interested small businesses must submit their bids electronically by August 13, 2025, and can contact Krista Sua at kxsua@bop.gov for further information.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
Z2FF
REPAIR OR ALTERATION OF PENAL FACILITIES

Solicitation Documents

16 Files
Instruction to Bidders.pdf
PDF5066 KBAug 4, 2025
AI Summary
The solicitation seeks bids for the replacement of the Perimeter Detection System at the Federal Correctional Institution (FCI) Safford, administered by the Federal Bureau of Prisons. It was issued on July 14, 2025, with bids due by August 13, 2025, at 11:00 AM PST. This contract is a 100% small business set-aside, emphasizing the need for bidders to be registered in the System for Award Management (SAM) and comply with specific federal regulations. Bidders must submit comprehensive documentation including a completed SF-1442 form, a bid bond, and past performance references, which will be evaluated for contractor responsibility prior to award. A pre-bid conference and site visit are scheduled for July 29, 2025. Questions regarding the solicitation are to be directed to the Contracting Officer by August 1, 2025. The electronic submission process requires all bids to be uploaded via a designated platform, with clear guidelines for formatting and security measures to ensure compliance and confidentiality. Overall, this bid invitation reflects the government’s effort to enhance security measures through competitive procurement while supporting small businesses.
WD AZ20250025.pdf
PDF55 KBAug 4, 2025
AI Summary
The document details the wage determination for construction projects in Graham County, Arizona, under General Decision Number AZ20250025, effective June 20, 2025. It outlines the applicability of the Davis-Bacon Act and the minimum wage rates mandated by Executive Orders 14026 and 13658 for federal contracts. Contractors must pay covered workers specific hourly rates based on when the contract is awarded or renewed, with rates adjusted annually. The determination includes various labor classifications with corresponding wage rates and fringe benefits, addressing a range of skilled employees such as bricklayers, carpenters, electricians, and laborers. Additionally, provisions for paid sick leave under Executive Order 13706 for federal contractors are specified. The document serves as a regulatory guide, ensuring compliance with wage standards and labor protections, particularly for federal construction projects. It includes instructions on how to appeal wage determinations and a clear structure that delineates wage rates, classifications, and necessary worker protections, reinforcing the government's commitment to fair labor practices in federally funded projects.
Criminal History Check Form.pdf
PDF612 KBAug 4, 2025
AI Summary
The document outlines the procedure for conducting a criminal history check for individuals seeking entry or service at a Federal Bureau of Prisons facility. It serves as an authorization form that individuals must complete to provide personal information, including name, address, social security number, date of birth, and physical characteristics. The form emphasizes that refusal to supply the requested information may lead to denial of access or volunteer status within Bureau facilities. Furthermore, the document includes a Privacy Act Notice detailing the legal authority for collecting this information, its intended use for assessing fitness for federal employment or contract service, and the implications of non-disclosure. Facilitating communication, a Spanish-language template is also provided to assist non-English-speaking individuals in understanding the requirements. Overall, the main purpose of this document is to ensure the safety and security of Bureau facilities by verifying the criminal backgrounds of individuals before granting them access or employment opportunities.
Bid Bond .pdf
PDF703 KBAug 4, 2025
AI Summary
The Bid Bond document serves as a guarantee for contractors submitting bids on federal projects, ensuring their commitment to contract execution upon bid acceptance. Key elements include the Principal's legal name, business address, and organization type, as well as the Surety's details and the bond's penal sum. This bond becomes void if the Principal successfully executes the contract and provides any required bonds within the specified period. The bond must comply with regulations, including the Department of Treasury's approved sureties. Additionally, conditions for liability limits and the execution process are outlined, emphasizing the necessity of corporate seals and proper authorization. This form is essential for various government Request for Proposals (RFPs) and grants, ensuring financial accountability and project fulfillment in construction, supplies, or services, aligning with federal procurement standards. The document is valid until January 31, 2027, and adheres to the requirements of the Paperwork Reduction Act.
Attachment A. Meeting Minutes and Sign In Sheet.pdf
PDF605 KBAug 4, 2025
AI Summary
The pre-bid conference for the Replace Perimeter Detection System at FCI Safford was held on July 25, 2025, to inform potential bidders about the project and its specific security requirements. Key topics included the submission process, which requires electronic bids to be submitted via a designated portal, with a deadline of August 13, 2025, at 11:00 A.M. PST. Contractors must adhere to strict guidelines for bid guarantees, past performance submissions, and necessary certifications. Important project highlights are the expected completion period of 297 calendar days and stringent adherence to the Davis-Bacon Act for wage regulations. Security measures for contractor employees include mandatory identification checks and a prohibition on having any contact with inmates. The meeting emphasized the need for safety protocols and the importance of following OSHA standards throughout the project. Contractors were reminded that construction hours are limited to weekdays and that timely submission of materials and compliance with site security regulations are critical for contract success. This meeting aimed to ensure all participants grasp the project's scope and requirements while ensuring compliance within the correctional facility's context.
Attachment C. Q&A's.pdf
PDF126 KBAug 4, 2025
AI Summary
The document addresses a question raised by Integrated Security regarding the specifications in the statement of work for replacing the fire detection system at FCI Safford. Specifically, the query involves the mention of "twisted pair" lead-in cable, which the contractor clarifies is not a requirement if the manufacturer's specifications for the detection system do not stipulate it. The document emphasizes that adherence to the manufacturer's guidelines takes precedence over specific terminologies in the job description. This brief exchange exemplifies the importance of clarity and specification compliance in federal procurements, particularly when it pertains to critical safety systems like fire detection. It showcases the responsive nature of the procurement process in ensuring that contractors understand their obligations while navigating the technical requirements of government contracts.
Amendment 0001.pdf
PDF492 KBAug 4, 2025
AI Summary
The document outlines Amendment 0001 to solicitation number 15BFA025B00000042, issued by the Federal Bureau of Prisons. Effective on August 4, 2025, the amendment includes updates without other modifications to the original solicitation. Key elements of the amendment comprise attachments: Meeting Minutes and Sign-In Sheet, Photos, and Q&A's, serving to provide additional context or clarifications related to the procurement process. The amendment emphasizes that the solicitation timeline for receiving offers remains unchanged unless otherwise specified. It establishes the requirements for contractors to acknowledge receipt of the amendment prior to the submission deadline, indicating how to do so. The overall document ensures that all previously established terms and conditions remain effective. This amendment exemplifies the administration of federal solicitations and the process of communication between government agencies and contractors.
Bid Abstract.pdf
PDF269 KBAug 13, 2025
AI Summary
This government file, an "Abstract of Offers - Construction," details bids received for two separate federal construction projects issued by the Federal Bureau of Prisons. The first project, with solicitation number 15BFA025B00000042, is titled "REPLACE PERIMETER DETECTION FCI SAFFORD" (Project 24Z6AT7). For this project, three offers were received: Reagent World Inc. bid $486,722.00, OCS Construction bid $490,800.00, and Gavidia RRP LLC bid $495,000.00. OCS Construction provided a bid bond for 20% of their offer, while the other two did not provide bid security. All three acknowledged Amendment 0001. The second project, with solicitation number 15BFA025B00000028, is for "REPLACE PERIMETER DETECTION FCI 1 FCC VICTORVILLE" (Project 24Z6AV3). Only one offer was recorded for this project: PKD Inc. bid $4,458,241.00 and provided 20% bid security. PKD Inc. acknowledged Amendments 0001, 0002, and 0003. The document was certified by Krista Sua, Contracting Officer, on August 13, 2025.
Amendment 0001.pdf
PDF492 KBAug 13, 2025
AI Summary
Amendment 0001 to Solicitation Number 15BFA025B00000042, issued by the Federal Bureau of Prisons, effective August 4, 2025, modifies the original solicitation dated July 11, 2025. This amendment extends the offer submission period and incorporates three new attachments: Attachment A (Meeting Minutes and Sign In Sheet), Attachment B (Photos), and Attachment C (Q&A's). All other terms and conditions of the original solicitation remain unchanged. The amendment requires offerors to acknowledge its receipt by completing items 8 and 15 and returning one copy, acknowledging on each submitted offer, or by separate communication, failure to do so may result in rejection of the offer.
Attachment A. Meeting Minutes and Sign In Sheet.pdf
PDF605 KBAug 13, 2025
AI Summary
The Pre-Bid Conference Meeting Minutes for Project 24Z6AT7, "Replace Perimeter Detection System at FCI Safford," outlines crucial information for contractors. The meeting, held on July 25, 2025, aimed to familiarize bidders with the correctional setting's unique requirements and clarify the solicitation. Bids, due by August 13, 2025, at 11:00 A.M. PST, must be submitted electronically as a single Adobe PDF, with the original bid guarantee mailed separately. Key submission requirements include the Bid Submission Cover Page, SF1442, Past Performance Submission, Commodity or Services Schedule, and a Bid Guarantee of at least 20% of the bid price (not exceeding $3 million) from an approved surety. Contractors must be SAM registered with NAICS code 238210. The project's magnitude is between $250,000 and $500,000, with a 297-calendar-day completion period and liquidated damages of $1,054.41 per day for delays. Strict security protocols apply, including tool accountability, prohibitions on illegal items and inmate contact, and specific dress codes. All questions must be submitted via email by August 1, 2025.
Attachment C. Q&A's.pdf
PDF126 KBAug 13, 2025
AI Summary
This document is an addendum to Federal Government Request for Proposal (RFP) 15BFA025B00000042, concerning the replacement of a fire detection system at FCI Safford. It specifically addresses a question from Integrated Security regarding the requirement for "twisted pair 'lead in' cable." The answer clarifies that the "twisted pair" specification can be disregarded if the manufacturer of the new fire detection system does not require it according to their specifications. This indicates flexibility in the RFP's requirements based on equipment compatibility.
15BFA025B00000042.pdf
PDF537 KBAug 13, 2025
AI Summary
The document outlines a solicitation, numbered 15BFA025B00000042, for the construction project "Replace Perimeter Detection System" at the Federal Correctional Institution in Safford, Arizona. Issued on July 14, 2025, it invites sealed bids from contractors to provide necessary materials, labor, and equipment for the project. The contractor must commence work within 10 calendar days and complete it within 297 calendar days following the award. Bid guarantees and performance payment bonds are mandatory, with specific amounts detailed based on contract value. The contract emphasizes the importance of compliance with safety regulations and institutional protocols, particularly due to the project's context within a correctional facility. Contractors must submit proposals electronically, participate in scheduled meetings, and adhere to a structured progress reporting and payment schedule. The document also includes references to contract clauses, bid submission requirements, and special conditions related to workplace safety and employment standards. Overall, this solicitation reflects federal requirements for construction projects, underscoring the government's commitment to transparent procurement processes, regulatory compliance, and contractor accountability.
Instruction to Bidders.pdf
PDF5066 KBAug 13, 2025
AI Summary
The Federal Bureau of Prisons, Field Acquisitions Office, is issuing Solicitation No. 15BFA025B00000042 for the replacement of the Perimeter Detection System at FCI Safford. This is a 100% Small Business Set-Aside, requiring contractors to be registered in SAM.gov under NAICS Code 238210. Bids are due by August 13, 2025, at 11:00 AM PST, and must be submitted electronically. Required documents include SF-1442, Commodity or Services Schedule, and a Bid Bond (SF-24), with the original wet-signed bid bond mailed to the specified address. A non-mandatory pre-bid conference and site visit are scheduled for July 29, 2025, at FCI Safford, requiring a criminal history check. Questions regarding the solicitation are due by August 1, 2025. Bidders must submit past performance and banking questionnaires by August 13, 2025. The virtual bid opening will be held on August 13, 2025, at 11:00 AM PST via Microsoft Teams. Award will be based on contractor responsibility, including financial resources, satisfactory performance, integrity, experience, and equipment.
Criminal History Check Form.pdf
PDF612 KBAug 13, 2025
AI Summary
The document, BP-A0660, is an authorization form from the U.S. Department of Justice, Federal Bureau of Prisons, for a criminal history check. This check is mandatory for individuals seeking entry or volunteer/contract status at any Bureau facility. The form requires personal information such as name, address, contact details, aliases, citizenship, social security number, date of birth, sex, race, height, weight, eye/hair color, and place of birth. Refusal to provide the requested information may lead to denial of entry or status. A Privacy Act Notice details the authority (E.O. 10450; 5 USC 1303-1305; 42 USC 2165 and 2455; 22 USC 2585 and 2519; and 5 USC 3301) for collecting this information, its purposes (determining fitness for federal employment, contractual service clearance, or security clearance/access), and the consequences of non-disclosure. The form is also provided in Spanish as a template for instructional purposes, emphasizing it should not be filled out.
Bid Bond .pdf
PDF703 KBAug 13, 2025
AI Summary
The Standard Form 24 (SF 24) is a bid bond form required for federal government contracts, particularly for construction, supplies, or services, and serves as a guarantee that a bidder will enter into a contract if their bid is accepted. This document outlines the obligations of both the Principal (bidder) and the Surety(ies), specifying the penal sum and conditions under which the bond becomes void. Key conditions include the Principal's timely execution of contractual documents and required bonds upon bid acceptance, or payment to the Government for any cost incurred if the Principal fails to do so. The form also addresses extensions for bid acceptance, detailing how such extensions do not impair the Surety's obligation within certain limits. Instructions for completing the form cover details such as the Principal's legal name and address, the inclusion of corporate or individual sureties, and requirements for corporate seals and evidence of authority for signatories. It specifies that corporate sureties must be approved by the Department of the Treasury and outlines procedures for multiple sureties and individual sureties. The form also clarifies that for negotiated contracts, "bid" and "bidder" include "proposal" and "offeror" respectively.
WD AZ20250025.pdf
PDF55 KBAug 13, 2025
AI Summary
This government file, AZ20250025, is a General Decision Number for building construction projects in Graham County, Arizona, effective June 20, 2025. It outlines prevailing wage rates and fringe benefits for various construction trades, excluding single-family homes and apartments up to four stories. The document specifies that contracts subject to the Davis-Bacon Act must comply with Executive Orders 14026 or 13658, requiring minimum hourly wages of $17.75 (for contracts entered on or after January 30, 2022) or $13.30 (for contracts awarded between January 1, 2015, and January 29, 2022) in 2025, or the higher applicable wage rate listed. It details specific rates and zone pay for trades like bricklayers, carpenters, electricians, power equipment operators, ironworkers, laborers, and drywall finishers. The file also explains identifiers for union, union average, survey, and state-adopted rates. Additionally, it provides information on Executive Order 13706 regarding paid sick leave for federal contractors and outlines the appeals process for wage determination matters through the Wage and Hour Division and the Administrative Review Board.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 27, 2025
amendedAmendment #1· Description UpdatedAug 4, 2025
amendedLatest Amendment· Description UpdatedAug 13, 2025
deadlineResponse DeadlineAug 13, 2025
expiryArchive DateAug 28, 2025

Agency Information

Department
DEPARTMENT OF JUSTICE
Sub-Tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FAO

Point of Contact

Name
Krista Sua

Place of Performance

Safford, Arizona, UNITED STATES

Official Sources