Replace Sewage Liner at FCI Phoenix
ID: 15BFA025B00000004Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

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 the replacement of the sewage liner at the Federal Correctional Institution in Phoenix, Arizona. This project, estimated to cost between $1 million and $5 million, requires contractors to provide all necessary materials, labor, and equipment while adhering to strict safety and compliance regulations, including Davis-Bacon wage requirements and specific hiring goals for minority and female workers. The importance of this procurement lies in ensuring the proper management of wastewater in a correctional facility, which necessitates adherence to unique security protocols and environmental standards. Interested contractors must submit their bids electronically by February 26, 2025, and can direct inquiries to Krista Sua at kxsua@bop.gov for further information.

    Point(s) of Contact
    Krista Sua
    kxsua@bop.gov
    Files
    Title
    Posted
    The document is an amendment to a solicitation for the Federal Bureau of Prisons, identified by Contract ID 15BFA025B00000004. Issued on February 5, 2025, the amendment includes the addition of an attachment labeled "Sign In Sheet & Meeting Minutes," with no other changes specified at this time. The amendment communicates that the original terms and conditions of the contract remain unchanged and in full effect. The primary purpose of this solicitation amendment is to inform contractors about the acknowledgment of receipt requirements for the amendment and the procedures for submitting any changes to their offers. It's a standard procedure in the context of federal Requests for Proposals (RFPs), ensuring that all parties remain informed and compliant with the terms of engagement. The document emphasizes the importance of adhering to the stated timelines and procedures to avoid the rejection of offers. Overall, this amendment serves as an administrative update within the procurement process of the Federal Bureau of Prisons.
    The document outlines Amendment 0002 to solicitation number 15BFA025B00000004, issued by the Federal Bureau of Prisons. Effective on February 7, 2025, this amendment primarily serves to extend the closing date for receipt of offers to February 26, 2025, at 11:00 A.M. PST. It includes additional materials such as Attachment B (Questions and Answers), Attachment C (Photos and Drawings), and Attachment D (Updated Statement of Work). This amendment requires contractors to acknowledge receipt in specified ways to prevent rejection of their offers and does not introduce any other changes to the existing contract terms. The emphasis is on ensuring compliance and providing necessary information to facilitate the bidding process while maintaining all unchanged terms in full effect. This amendment reflects the typical procedural updates common in federal RFP processes, ensuring transparency and clarity for all potential bidders.
    The document outlines Amendment 0003 to solicitation number 15BFA025B00000004, issued by the Federal Bureau of Prisons. The amendment is effective as of February 19, 2025, and primarily serves to extend the closing date for offers to March 5, 2025, at 11:00 AM PST. Additionally, it includes Attachment E, which contains an updated wage determination. No other changes to the terms and conditions of the contract are noted, and it states that all previous terms remain in effect. Contractors are instructed on how to acknowledge receipt of this amendment, emphasizing that failure to do so may result in offer rejection. The amendment reflects standard procedures commonly found in government contracts and requests for proposals (RFPs), ensuring compliance and clarity for contractors involved.
    The document provides minutes from a pre-bid conference for the project to replace the sewage liner at the Federal Correctional Institution in Phoenix, Arizona. Held on January 22, 2025, the meeting aimed to familiarize contractors with the unique circumstances of a correctional setting and to outline the solicitation process which requires formal amendments for any changes. Key points discussed include bid submission instructions, deadlines, and mandatory forms, emphasizing a digital-only submission process due to the government's stipulations. The deadline for bids is set for February 19, 2025, with a project magnitude between $1 million and $5 million. Contractors must adhere to Davis-Bacon wage requirements and achieve specific hiring goals for minority and female workers. Strict security protocols and safety measures are outlined, including a prohibition on contractor interaction with inmates and the necessity for valid identification on-site. The minutes stress the importance of a safety representative on-site at all times and detail the consequences of contract delays, including liquidated damages. The document serves as an essential guideline for bidders responding to the RFP while laying out the expected standards and compliance necessary in the federal contracting context.
    The FCI Phoenix is undertaking a project to replace the sewage liner for ponds 5 and 6, outlined in Solicitation 15BFA025B00000004. Key responsibilities include the contractor’s provision of a Geotechnical Engineer and compliance with specific construction standards. Several clarifications were made regarding project details, such as the need for written approvals from engineers, liner specifications of a minimum thickness of 60 mils, and a clarification that the ponds contain treated wastewater classified as Class B after chlorination. Environmental compliance is emphasized, including requirements for permit acquisition and potential environmental testing after liner removal. The contractor must coordinate water diversion and manage sludge disposal while meeting performance schedules. Additional considerations include site training duration, drug checks adherence to Homeland Security requirements, and expectations for design and safety plans. This document serves as guidance within the framework of government RFPs, focusing on project specifications, compliance, and contractor obligations to ensure successful execution of the sewage liner replacement project.
    The document outlines wage determination for building construction projects in Maricopa County, Arizona, under the Davis-Bacon Act. It includes specific guidelines related to minimum wage rates based on Executive Orders 14026 and 13658 for contracts active in 2025. The wage rates for various classifications of labor, such as construction trades like electricians, carpenters, and laborers, are provided, along with applicable fringe benefits. Executive Order 13706 mandates paid sick leave for federal contractors, stipulating 1 hour of paid sick leave for every 30 hours worked, capped at 56 hours annually. The document details wage determination appeals processes for interested parties, specifying channels for requests and appeals directed to relevant Department of Labor offices. This summary reflects the essential requirements and regulations for contractors engaged in federal-funded construction projects in Arizona, promoting compliance with federal labor standards while ensuring fair compensation for workers.
    The Bid Bond document, Standard Form 24 (REV. 10/2023), serves as a guarantee that a contractor (the Principal) will fulfill the terms of a bid submitted to the U.S. Government for construction, supplies, or services. It establishes the responsibilities of the Principal and the Surety(ies) for a penal sum, which can be stated as a percentage of the bid price, with specified limits on liability. The bond is rendered void if the Principal executes the necessary contractual documents and provides any required bonds within a defined timeframe after bid acceptance. Additionally, it clarifies that Sureties are not relieved of their obligations due to bid acceptance extensions, subject to conditions outlined within the document. The form mandates the inclusion of signatures, corporate seals, and necessary identification for each party involved. This document is crucial for ensuring that responsible parties are financially bound to the bid submission, facilitating accountability during government contracting processes. It is authorized for use when a bid guaranty is required, ensuring compliance with federal regulations regarding bid bonds in the context of RFPs and grants.
    The document presents an "Authorization for Release of Information" form used by the U.S. Department of Justice, specifically the Federal Bureau of Prisons. This form is required for individuals seeking entry or service at Bureau facilities, such as volunteers and contractors. Applicants must provide personal details including their name, address, phone number, citizenship, social security number, date of birth, physical characteristics, and place of birth, affirming the information is accurate through their signature. Additionally, the Privacy Act Notice outlines the authority under which the information is collected and its intended uses. This includes determining fitness for federal employment and clearance for contractual services. Non-disclosure of any required information may lead to denial of access or employment with the Bureau. The document’s bilingual format serves to assist Spanish-speaking individuals in completing the form accurately. Overall, it emphasizes the significance of conducting thorough background checks consistent with federal security protocols before granting access to sensitive facilities.
    The document outlines the solicitation for bids for replacing the sewage liner at FCI Phoenix by the Federal Bureau of Prisons, with a focus on ensuring compliance with federal contracting requirements. The bid invitation, identified by number 15BFA025B00000004, was issued on January 8, 2025, with a submission deadline of February 19, 2025, at 11:00 am PST. It specifies that this is a 100% small business set-aside, and contractors must be registered in the System for Award Management (SAM). Key submission requirements include completing specific forms such as SF-1442, providing representations and certifications, and a bid bond. A pre-bid conference on January 22, 2025, will facilitate discussion and site visits, requiring criminal history checks for attendees. Contractors are instructed to submit bids electronically through the JEFS APP BOX, with clear guidance on document preparation. Additionally, bidders must provide past performance information and banking references to verify eligibility and responsibility, following federal regulations. The emphasis on prior performance, compliance with technical requirements, and clear instructions for bid submission demonstrates the government's commitment to transparent and effective procurement processes.
    The federal solicitation document (15BFA025B00000004) details a construction project for replacing the sewage liner at the Federal Correctional Institution in Phoenix, Arizona. The solicitation, issued by the Federal Bureau of Prisons, requests sealed bids (IFB) and outlines key project requirements, including the necessity for contractors to provide materials, labor, and equipment, along with adherence to specified timelines. The project is estimated to cost between $1 million and $5 million, with performance and payment bonds required. Submission of bids must occur by the set deadline on February 19, 2025, with public bid openings conducted via Microsoft Teams. The document highlights mandatory safety regulations, insurance requirements, progress meetings, and the contractor's obligations regarding project inspections and security clearances for personnel. It also incorporates various federal clauses regarding non-discrimination, construction wage rates, and compliance with the Buy American Act. Overall, the solicitation facilitates the government’s aim for compliance with regulations while ensuring that qualified contractors can support infrastructure improvements effectively.
    The file details the General Decision Number AZ20250039, applicable for building construction projects in Maricopa County, Arizona, effective January 3, 2025. This decision supersedes an earlier version and incorporates vital wage rates and conditions under the Davis-Bacon Act, requiring adherence to federal wage mandates. Contractors must generally comply with Executive Orders 14026 and 13658, stipulating minimum wage rates dependent on contract dates. For contracts awarded on or after January 30, 2022, the minimum wage is $17.75/hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30/hour. The document outlines specific wage and fringe benefits for various construction roles, such as bricklayers, electricians, and laborers. It also notes the appeal process regarding wage determination discrepancies. The overall intention is to ensure contractors pay workers fairly while following federal guidelines for construction projects funded by government contracts. This wage determination aligns with broader federal requirements in RFPs and grants, emphasizing labor rights and economic fairness in federally funded construction undertakings.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Chillers 1 & 2 - FCI Fairton
    Buyer not available
    The Department of Justice, through 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 project magnitude estimated between $500,000 and $1 million. Interested small businesses must submit their bids electronically by February 28, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025, for further clarification. For inquiries, contact Joshua Cortez at j2xcortez@bop.gov or call 202-598-6039.
    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.
    Perimeter Detection System (Replacement)
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified small businesses to replace the Perimeter Detection System at the Federal Correctional Institution (FCI) Safford in Arizona. Contractors are required to provide all necessary materials, labor, and equipment to meet the performance guidelines outlined in the solicitation, which emphasizes safety and compliance with federal regulations. This project is critical for enhancing security measures at correctional facilities, ensuring the safety of personnel and inmates alike. Proposals must be submitted by March 6, 2025, with a mandatory performance period of 297 calendar days post-award; interested parties should contact Nicasio Garcia at ngarcia@bop.gov or 928-348-1368 for further details.
    Replace Roof FCI Low I- Yazoo City, MS
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace the roof at the Federal Correctional Institution (FCI) Low I in Yazoo City, Mississippi. The project involves the replacement of a flat roofing system covering approximately 21,500 square feet on a building that houses safety, personal services, and vocational training facilities. This infrastructure upgrade is critical for maintaining the operational integrity of the correctional facility, with an estimated project value between $500,000 and $1,000,000. Interested small businesses must submit their bids electronically by March 12, 2025, and can contact Alex Jackson at a4jackson@bop.gov or 202-578-9940 for further information.
    Residential Reentry Center (RRC) Services and Home Confinement Services for Male and Female Offenders and Mothers and Infants Together (MINT) Services Located Within Maricopa County, Arizona
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) Services, Home Confinement Services, and Mothers and Infants Together (MINT) Services for male and female offenders in Maricopa County, Arizona. The objective of this procurement is to facilitate the transition of federal offenders back into society through comprehensive community-based services, emphasizing rehabilitation and reducing recidivism. This initiative is crucial for enhancing public safety and supporting successful reintegration efforts for individuals transitioning from incarceration. Interested parties must submit their proposals by March 4, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164. The contract will include a base year followed by four option years, with specific performance and compliance requirements outlined in the solicitation documents.
    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. The project requires the selected contractor to provide all necessary materials, labor, and equipment, with work expected to commence within 10 calendar days post-award and to be completed within 364 calendar days. This procurement is crucial for maintaining the operational integrity of the facility's climate control systems and is set aside exclusively for small businesses under NAICS code 238220, with a budget ranging from $500,000 to $1,000,000. Interested bidders must submit their proposals electronically by February 25, 2025, and are encouraged to contact Patrick Ford at pford@bop.gov for further information.
    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 Piping Under Housing Unit- FPC Bryan
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors to replace piping under a housing unit at the Federal Prison Camp in Bryan, Texas. This project falls under the category of plumbing, heating, and air-conditioning services, and is classified as a total small business set-aside, encouraging participation from small businesses in the industry. The work is crucial for maintaining the integrity and functionality of penal facilities, ensuring a safe and operational environment for inmates and staff. Interested contractors should reach out to Patrick Ford at pford@bop.gov for further details, as the presolicitation notice indicates a focus on small business participation in this procurement.
    Replace Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace roofs at the Federal Medical Center (FMC Carswell) in Fort Worth, Texas. The project involves the removal of existing roofs and installation of new thermoplastic polyolefin membrane roof systems over approximately 20,640 square feet, with a completion timeline of 210 calendar days from the notice to proceed. This procurement is critical for maintaining the facility's infrastructure, ensuring safety and compliance within a federal correctional environment. Interested small businesses must submit their bids electronically by 11:00 AM PST on March 5, 2025, and are encouraged to attend a pre-bid conference on February 12, 2025. For further inquiries, contact Patrick Ford at pford@bop.gov.
    FCI Otisville Well Rehabilitation
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the rehabilitation of Well 1 at the Federal Correctional Institution in Otisville, New York. The project involves the removal and replacement of the submersible well pump and motor assembly, along with cleaning and chemically treating the well, with work scheduled to take place from March 1 to March 14, 2025. This rehabilitation is crucial for maintaining the facility's water supply infrastructure, ensuring compliance with health and safety standards. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Dan Sabo at dsabo@bop.gov or by phone at 845-386-6799.