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
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Mar 17, 2025, 6:00 PM UTC
Description

The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a construction project to replace the sewage liner at the Federal Correctional Institution in Phoenix, Arizona. The project requires contractors to provide all necessary equipment, labor, and materials to de-silt and re-line ponds 5 and 6, ensuring compliance with national and local codes, as well as Bureau of Prisons standards. This initiative is critical for maintaining environmental safety and operational efficiency within the correctional facility. Interested small businesses must submit their bids electronically by March 17, 2025, with an estimated project value between $1 million and $5 million. For further inquiries, contractors can contact Krista Sua at kxsua@bop.gov.

Point(s) of Contact
Krista Sua
kxsua@bop.gov
Files
Title
Posted
Mar 17, 2025, 8:04 PM UTC
The document provides an abstract of offers submitted in response to the federal solicitation number 15BFA025B00000004 by the Federal Bureau of Prisons for the construction project titled "Replace Sewage Liner" at FCI Phoenix (Project 24Z6AS1). Issued on January 8, 2025, and opened on March 17, 2025, the solicitation drew multiple bids, with companies providing bid security of 20%. The bids, all for the same project item—a sewage liner—vary in price from KWR Construction Inc's $1,381,559.00 to Aventus NV, Inc's highest bid of $4,990,000.00. Each submission acknowledges six amendments issued during the bidding process. The document illustrates the competitive bidding environment typical of government contracts and underscores the federal commitment to transparency in the procurement process.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
The document constitutes an amendment to a solicitation issued by the Federal Bureau of Prisons, identified as Amendment 0004 related to solicitation number 15BFA025B00000004. The amendment's effective date is February 27, 2025, and it modifies the submission timeline for offers, extending the closing date to March 11, 2025, at 11:00 A.M. PST. The amendment includes updated attachments: a revised Statement of Work (dated February 26, 2025), a topography photo, and clarifications to previous questions and answers. Contractors must acknowledge receipt of this amendment as specified to ensure their offers remain valid. No further changes are made to the terms or conditions outside what is indicated in this amendment. This document emphasizes the process of soliciting bids for government contracts while ensuring compliance and clarity in communication with potential contractors.
Mar 17, 2025, 8:04 PM UTC
The document is an amendment (number 0005) issued by the Federal Bureau of Prisons regarding solicitation number 15BFA025B00000004. It clarifies that the solicitation has been amended, and specifically includes additional clarification questions and answers as outlined in Attachment I. The amendment does not make any significant changes to the original solicitation, and the deadline for receipt of offers is not extended. Contractors are required to acknowledge receipt of the amendment to ensure their offer is considered valid. This amendment is part of the federal government’s procurement process, ensuring transparency and communication between the contracting authority and potential bidders. The document underscores the importance of adhering to submission deadlines and acknowledges the authority of the contracting officer, Krista Sua, who is managing this solicitation process. Overall, the primary purpose is to update stakeholders regarding clarification requests related to the existing solicitation without altering its fundamental terms.
Mar 17, 2025, 8:04 PM UTC
This document is an amendment (0006) to the solicitation for contract number 15BFA025B00000004, issued by the Federal Bureau of Prisons. The amendment, effective from March 7, 2025, includes modifications to ensure compliance with Executive Orders, notably through updates to provisions and wage determinations. It extends the closing date for submitting offers to March 17, 2025, at 11:00 AM PST. The amendment outlines procedures for contractors to acknowledge receipt and possible changes to initial offers. The key points emphasize the adjustment of solicitation terms and conditions while ensuring the document's remaining specifications are upheld. This amendment highlights the procedural requirements essential to maintain transparency and adherence to federal contracting standards.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
The document pertains to a solicitation for a construction project at FCI Phoenix, specifically to replace the sewage liner (Project 24Z6AS1). It addresses several requests for clarification made by contractors regarding requirements and responsibilities outlined in the Statement of Work (SOW). Key issues clarified include the necessity for the contractor to provide a Geotechnical Engineer and Designer of Record (DOR), despite some conflicting information in earlier documents. It is confirmed that the contractor must produce design details as part of their product submission, with no design details provided by the government. Additional specifications about certain ponds, topography surveys, and document submissions were also addressed to ensure all contractors understand expectations. This streamlines the communication process, aiding in clarity and compliance for potential bidders in the federally-funded procurement process for public infrastructure. Overall, the document emphasizes the importance of transparency and specificity in government RFP processes to ensure successful project execution.
The FCI Phoenix is seeking proposals for a project to replace the sewage liner, designated as Project 24Z6AS1 under Solicitation 15BFA025B00000004. OCS Construction Services Inc. submitted a request for clarification regarding the role of the Geotechnical Engineer as stipulated in the Statement of Work (SOW). The required duties for the Geotechnical Engineer include conducting site investigations, assessing groundwater and drainage issues, ensuring excavation stability, evaluating material compatibility, and performing structural and settlement analyses. The engineer must also comply with environmental regulations, develop mitigation plans for contaminated soils, oversee installation processes, and provide timely reporting to the Federal Bureau of Prisons (FBOP). This project emphasizes the need for expert oversight and compliance to tackle potential environmental and structural challenges during the sewage liner replacement process.
Mar 17, 2025, 8:04 PM UTC
The document is an amendment (0006) related to Solicitation 15BFA025B00000004 for the replacement of the sewage liner at FCI Phoenix. It incorporates key updates to federal acquisition regulations (FAR) pertinent to the solicitation. Notable changes include the addition of FAR provisions 52.252-5 and 52.252-6, and the removal of several clauses related to affirmative action and equal opportunity. Significant provisions and clauses are replaced with deviations approved through February 2025, including updates to annual representations and certifications, apprenticeship regulations, and guidelines for biobased and sustainable products. The document specifies the contractor's responsibilities in reporting biobased products purchased under the contract, emphasizing sustainability and compliance with federal environmental guidelines. The overall purpose of the amendment is to clarify contracting requirements while promoting the use of environmentally sustainable materials and adherence to updated FAR clauses, reflecting the federal government's commitment to reducing its environmental impact during construction and service contracts.
Mar 17, 2025, 8:04 PM UTC
The document outlines the wage determinations for building construction projects in Maricopa County, Arizona, relevant under the Davis-Bacon Act. It specifies minimum wage requirements based on recent Executive Orders for contracts awarded or renewed on or after January 30, 2022, as well as for contracts awarded between January 1, 2015, and January 29, 2022. The prevailing wage rates cover various construction roles, including bricklayers, carpenters, electricians, and operators, with specific hourly wage and fringe benefit rates provided for each classification. The document also details the appeals process for wage determination matters, including initial decision requests and procedures for seeking review from the Wage and Hour Administrator and the Administrative Review Board. Additional notes include information on the applicability of paid sick leave for federal contractors and stipulations for unlisted job classifications. The focus emphasizes compliance with labor standards and protections for workers involved in federally funded construction projects, ensuring adherence to the established wage rates and labor regulations.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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.
Mar 17, 2025, 8:04 PM UTC
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
Solicitation
Presolicitation
Similar Opportunities
Replace Piping Under Housing Unit- FPC Bryan
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 utility piping under the housing units at the Federal Prison Camp in Bryan, Texas. The project entails replacing all utility piping, including domestic water, sewer waste, and chilled/heating water, with a performance period of 140 calendar days from the notice to proceed. This procurement is a total small business set-aside, with an estimated project cost between $500,000 and $1,000,000, and interested contractors must be registered in SAM.gov to participate. Key deadlines include a pre-bid conference on April 2, 2025, and bid submissions due by April 30, 2025; for further inquiries, contact Patrick Ford at pford@bop.gov.
Replace Chillers & Cooling System at FCC Tucson
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 the chillers and cooling system at the Federal Correctional Complex in Tucson, Arizona. The project involves the complete removal of existing equipment, including three centrifugal chillers and a cooling tower, and the installation of new high-efficiency units, along with necessary structural and electrical modifications. This upgrade is crucial for enhancing the operational efficiency and reliability of the facility's cooling systems. Interested small businesses must submit their bids electronically by May 8, 2025, and are required to attend a pre-bid site visit on April 22, 2025, with prior completion of a criminal history check. For further inquiries, contact Krista Sua at kxsua@bop.gov.
FCI Marion - Replace SPC & FCI Roofs
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 the roofs at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the installation of a new roofing system, including the removal of existing failing roofs and the installation of a reinforced TPO membrane and metal roofing, with all associated labor, materials, and equipment provided by the contractor. This opportunity is significant for small businesses in the roofing industry, with an estimated contract value between $5 million and $10 million, and bids are due electronically by May 28, 2025. Interested bidders must register in the System for Award Management (SAM) and may contact Kevin Slone at kslone@bop.gov or 202-578-8617 for further information.
Replace Roof FCI Low I- Yazoo City, MS
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a construction contract to replace the roof at the Federal Correctional Institution (FCI) Low I in Yazoo City, Mississippi. The project entails the replacement of a flat roofing system over a total area of 21,500 square feet, requiring contractors to furnish all necessary equipment, materials, and labor. This procurement is significant for maintaining the infrastructure of a federal correctional facility, ensuring compliance with safety and operational standards. Interested small businesses must register in the System for Award Management (SAM) and submit their bids by May 20, 2025, at 10:00 AM MST, with a project value estimated between $500,000 and $1,000,000. For further inquiries, potential bidders can contact Alex Jackson at a4jackson@bop.gov or by phone at 202-578-9940.
Renovate Program Area 5806 3rd Floor at FCI Fort Dix
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to renovate the 3rd floor Program Area 5806 at the Federal Correctional Institution in Fort Dix, New Jersey. The project entails selective demolition and renovation of restroom facilities, window replacements, lighting upgrades, HVAC improvements, electrical enhancements, and general room reconfigurations, requiring contractors to provide all necessary labor, materials, and equipment in compliance with applicable codes. This opportunity is significant as it supports the maintenance and improvement of penal facilities, with an estimated project value between $1 million and $5 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around April 28, 2025; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
Replace Switchgear- FCC Forrest City
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 switchgear at the Federal Correctional Complex (FCC) in Forrest City, Arkansas. The project entails the removal of existing 15KV switchgear and installation of a new assembly, with a performance period of 364 calendar days from the notice to proceed. This procurement is a total small business set-aside, with an estimated project magnitude between $1,000,000 and $5,000,000, emphasizing the importance of engaging qualified small businesses in federal contracting. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by May 13, 2025, with additional requirements including a pre-bid conference on April 16, 2025, and compliance with various documentation and security protocols. For further inquiries, contact Patrick Ford at pford@bop.gov.
Elevator Modernization- FDC Philadelphia
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Elevator Modernization project at the Federal Detention Center (FDC) in Philadelphia, Pennsylvania. The project involves overhauling four existing passenger elevators, requiring contractors to provide all necessary equipment, labor, and materials, with a performance period of 875 calendar days. This modernization is crucial for maintaining operational efficiency and safety within the correctional facility. Interested small businesses must submit their sealed bids electronically by May 26, 2025, and are encouraged to attend a pre-bid site visit on May 6, 2025, at the facility. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or call 202-598-6039. The estimated project cost ranges between $1,000,000 and $5,000,000, and participation is limited to registered small businesses in SAM.gov.
Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the Replacement Sallyport Grill project at the Federal Correctional Complex in Forrest City, Arkansas. The project involves the removal of the existing grill and the installation of a new custom-fabricated stainless steel grill that meets specific design and safety requirements, including electronic and manual locking mechanisms. This procurement is crucial for maintaining the security and operational integrity of the facility, emphasizing compliance with federal regulations and safety protocols. Interested contractors must submit their quotations by December 16, 2024, and can direct inquiries to Essie Burton at eburton@bop.gov or by phone at 870-494-4230.
Replace Chillers - USP Lewisburg
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 chillers at the United States Penitentiary (USP) in Lewisburg, Pennsylvania. The project involves the complete provision of labor, materials, and equipment to replace two existing chillers with new 400-ton centrifugal chillers, including demolition, installation, and startup, with a performance period of 364 calendar days from the notice to proceed. This procurement is crucial for maintaining the facility's operational efficiency and ensuring compliance with federal standards. Interested small businesses must submit their bids electronically by May 16, 2025, and are encouraged to contact Joshua Cortez at j2xcortez@bop.gov or 623-465-5130 for further information.
FCI Pekin Class B Water Testing
Buyer not available
The Department of Justice, specifically the Bureau of Prisons, is seeking qualified contractors to provide Class B Water Testing Services at the Federal Correctional Institution in Pekin, Illinois. The procurement aims to ensure compliance with Illinois Environmental Protection Agency standards through monthly water sampling, testing, and reporting, while adhering to federal and state regulations within a correctional environment. This opportunity is crucial for maintaining water quality and safety in the institution, with a contract anticipated to be awarded as an indefinite-delivery, requirements-type contract with a base year and up to four option years. Interested parties must respond to the Market Research Questionnaire by May 12, 2025, at 1:00 PM CST, and can direct inquiries to Hans Frei at hfrei@bop.gov. Registration in the System for Award Management (SAM) is mandatory for all contractors wishing to participate.