Replace Chillers 1, 2 & 3
ID: 15BBNF26B00000005Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFAOGRAND PRAIRIE, TX, 75051, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF PENAL FACILITIES (Z2FF)

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 a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. Contractors are required to provide all necessary labor, materials, and equipment as outlined in the Statement of Work, with a project magnitude estimated between $1,000,000 and $5,000,000. This opportunity is a total small business set-aside, and interested bidders must be registered in the System for Award Management (SAM) under NAICS code 238220. Key deadlines include a mandatory pre-bid conference on January 7, 2026, and bid submissions due by January 29, 2026, at 1:00 p.m. CST. For further inquiries, bidders can contact Jeffrey Kercheval at jkercheval1@bop.gov.

    Point(s) of Contact
    Jeffrey Kercheval
    jkercheval1@bop.gov
    Files
    Title
    Posted
    The General Decision Number FL20250215, effective October 3, 2025, outlines prevailing wage rates and labor requirements for building construction projects in Miami-Dade County, Florida. It supersedes FL20240215 and applies to projects not including single-family homes or apartments up to four stories. The document details minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). It also provides specific wage rates and fringes for various crafts, including Asbestos Workers, Carpenters, Electricians, and Plumbers. The document includes information on Executive Order 13706 regarding paid sick leave for federal contractors and outlines the appeals process for wage determinations.
    The Federal Bureau of Prisons (BP-A0660) document, available in both English and Spanish, outlines the authorization process for a criminal history check. This check is mandatory for individuals seeking entry or service at a Bureau facility, as well as for those pursuing volunteer or contract status. The form requires applicants to provide personal details such as name, address, contact information, aliases, citizenship, Social Security Number, date of birth, sex, race, height, weight, eye and hair color, and place of birth. Refusal to provide this information may lead to denial of entry or status. A Privacy Act Notice details that the information collected is used to determine fitness for federal employment, contractual service clearance, or security clearance, with authority derived from various U.S. Codes and Executive Order 10450. While providing the information is voluntary, non-disclosure can result in the termination of employment or lack of further consideration for employment, clearance, or access. The Spanish version is provided solely as an instructional template and should not be filled out.
    Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to ensure that a bidder, if awarded a contract, will execute the necessary contractual documents and provide required bonds. This form outlines the obligations of the Principal (bidder) and Surety(ies) to the United States of America, guaranteeing payment of a penal sum if the Principal defaults on these conditions. The bond specifies that the obligation becomes void if the Principal accepts the bid and fulfills subsequent contractual and bonding requirements within the stipulated timeframes (60 days for acceptance, 10 days for document execution, unless otherwise specified). It also clarifies that Sureties' obligations are not impaired by bid acceptance extensions up to 60 days. The instructions detail proper execution, including legal names, addresses, and signatures, and specify requirements for corporate and individual sureties, including appearance on the Department of the Treasury's approved list for corporations and accompanying affidavits for individuals. The form also allows for penal sums to be expressed as a percentage of the bid price with a maximum dollar limitation. The document emphasizes compliance with the Paperwork Reduction Act, noting OMB control number 9000-0001.
    The Federal Bureau of Prisons (BOP) issued Solicitation No. 15BBNF26B00000005 for the replacement of chillers 1, 2, and 3 at FDC Miami. This 100% small business set-aside requires contractors to be registered in SAM.gov under NAICS code 238220. Bids are due by January 29, 2026, at 1:00 p.m. CST and must be submitted electronically via the JEFS APP BOX. A mandatory pre-bid conference and site visit are scheduled for January 7, 2026, at 9:00 A.M. local time, requiring a criminal history check for all attendees. Bidders must submit various forms, including SF-1442 and a bid bond (SF-24), with the original wet-signed bid bond mailed separately. Past performance information, including questionnaires for at least five companies and a bank, is required. The virtual bid opening will take place on January 29, 2026, at 1:00 p.m. CST via Microsoft Teams.
    The Federal Bureau of Prisons (BOP) issued Solicitation 15BBNF26B00000005 for the replacement of Chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. This sealed bid invitation requires contractors to provide all materials, labor, and equipment in accordance with the Statement of Work and Drawings. The project has an estimated magnitude of $1,000,000.00 to $5,000,000.00. Key requirements include mandatory performance and payment bonds, with the contractor starting work within 10 calendar days and completing it within 270 calendar days after receiving a notice to proceed. The solicitation also outlines specific insurance requirements, pre-construction conference procedures, submittal processes, contractor use of premises (including work hours and contraband rules), payment services, and contract closeout procedures. Various Federal Acquisition Regulation (FAR) clauses are incorporated, covering areas like reporting executive compensation, System for Award Management maintenance, service contract reporting, and limitations on subcontracting, emphasizing compliance with small business utilization policies.
    Lifecycle
    Title
    Type
    Replace Chillers 1, 2 & 3
    Currently viewing
    Solicitation
    Similar Opportunities
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.
    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.
    Install Utilities & Culinary Equipment- FPC Alderson
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to install utilities and culinary equipment at the Federal Prison Camp (FPC) Alderson in West Virginia. The project requires contractors to provide all necessary labor, materials, and equipment, with a performance period of 112 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $250,000 and $500,000, and bids are due by January 27, 2026, at 11:00 AM CST. Interested bidders must register in SAM.gov and may contact Alex Jackson at a4jackson@bop.gov for further information.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to 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 its Office of Training in Quantico, Virginia. This project involves replacing two aging 275-ton Trane chillers with new energy-efficient 300-ton Trane ACR 300T Series C R513A chillers and two chilled water pumps, along with necessary electrical upgrades and piping modifications. The successful contractor must hold a current state HVAC/Mechanical trade license, be registered in the Government SAM System, and provide a firm, fixed-price quote that includes all labor, materials, and professional services, with a completion timeframe of 12 weeks post-award. Interested parties should submit their proposals electronically by January 16, 2026, at 12 PM EST, to the primary contacts Alycia Stevenson and Andrew Craig via their provided email addresses.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as Solicitation N40085-26-R-9005, requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, and supervision for the installation of new chillers, chilled water pumps, and associated electrical components, with a focus on minimizing disruption to ongoing facility operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, at 2:00 PM EST, and a site visit scheduled for December 30, 2025. Interested contractors should acknowledge Amendment 0001 in their submissions and can contact Tony Benson or Lauren Loconto for further information.
    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.
    Perimeter Fence Replacement at FCI Loretto
    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 Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. The project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including associated components such as gates and footings, with a performance period of 924 calendar days from the notice to proceed. This initiative is critical for enhancing the security infrastructure of the correctional facility, ensuring compliance with federal standards. Interested small businesses must submit their bids electronically by January 7, 2026, and can contact Joshua Cortez at j2xcortez@bop.gov for further information. The estimated project magnitude is between $10 million and $25 million, and the solicitation is available exclusively through the SAM.gov website.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.