Replace Roof FCI Low I- Yazoo City, MS
ID: 15BFA025B00000006Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for a construction project to replace the roof at the Federal Correctional Institution (FCI) in Yazoo City, MS, issued by the Federal Bureau of Prisons. It details the required contractor qualifications, performance periods, bonding requirements, and terms of submission for sealed bids, with a submission deadline of January 8, 2025. The project, valued between $500,000 and $1,000,000, imposes various special contract requirements, including performance and payment bonds, liability insurance, and a pre-construction conference with key stakeholders. Safety regulations and provisions for mitigating risks related to working within a prison environment are emphasized. The document also includes clauses regarding compliance with federal laws, labor standards, and insurance requirements vital for execution. The contractor is responsible for all equipment, materials, and labor as detailed in the Statement of Work and technical drawings included in the solicitation. Ensuring adherence to the Buy American Act requirements is indicated, reaffirming the federal preference for domestic construction materials whenever feasible. Overall, this solicitation serves to engage contractors for a critical infrastructure upgrade in a federal facility while maintaining strict compliance with safety and contractual obligations.
    This document is an amendment to solicitation 15BFA025B00000006, issued by the Federal Bureau of Prisons concerning a construction project. The amendment, effective January 6, 2025, alters key elements of the initial solicitation. Specifically, it incorporates pre-bid meeting minutes and updates the Construction Wage Determination applicable as of January 3, 2025. The bid due date has been extended to February 12, 2025, by 11:00 am CST. The amendment emphasizes the necessity for potential contractors to acknowledge receipt to ensure their offers are considered, highlighting methods by which this acknowledgment can be communicated. It also clarifies that aside from the stated changes, all original terms and conditions of the solicitation remain effective. This document is crucial for ensuring compliance and transparency within the bidding process while accommodating contractor preparation time, reflecting the government’s commitment to facilitating a fair and efficient procurement procedure.
    The document outlines Amendment 0002 for Solicitation 15BFA025B00000006 issued by the Federal Bureau of Prisons. The primary purpose of this amendment is to revise critical aspects of the solicitation, such as extending the bid submission deadline from February 12, 2025, to March 12, 2025, at 10:00 AM MST. It updates several key clauses, including those pertaining to subcontractor eligibility, small business concerns, and employment verification. Notably, it introduces a clause regarding restrictions on unmanned aircraft systems associated with certain foreign entities. The document also provides guidelines for contractors regarding responsibilities such as insurance requirements, payment services, safety protocols, and the use of temporary premises during the contract period. The solicitation emphasizes the necessity for participating contractors to familiarize themselves with the correctional facility's operational protocols and adhere to safety standards and procedures during the contract execution. By establishing a framework for compliance and operational standards, the amendment aids the Federal Bureau of Prisons in maintaining security and fulfilling its contracting needs efficiently.
    The document outlines the Bid Bond, a crucial requirement in federal and state/local contracting processes. It serves as a guarantee from the Principal (the entity submitting the bid) and Surety(ies) (guarantors) to the U.S. Government against default on the contract. The form specifies the Principal’s details, the Surety’s information, and the bond’s penal sum corresponding to a percentage of the bid price. The bond becomes void if the Principal successfully executes the contract documents and provides any required bonds within a specified timeframe following bid acceptance. Key conditions include the Sureties' agreement to remain obligated even if the bid acceptance period is extended (up to 60 days) without notice. The document is structured into sections for the Principal and Surety details, legal obligations, and signing authority, emphasizing compliance with the requirements stipulated by the General Services Administration (GSA). It also includes instructions on filling out the form, identification of the surety corporations, and relevant seals. This Bid Bond form ensures financial protection for the Government in procurement scenarios and embodies regulatory compliance in public contracting.
    The document is an authorization form for a criminal history check required by the Federal Bureau of Prisons (FBOP). It outlines the mandatory collection of personal information, including name, address, citizenship, Social Security Number, and physical characteristics, to verify the applicant's criminal background before they are permitted to enter or serve in a Bureau facility. The form emphasizes that failure to provide complete information may lead to denial of access or volunteer/contract status with the Bureau. It also includes a Privacy Act Notice, which explains the legal authority for collecting such information and its intended use—to assess fitness for federal employment or clearance for contractual services. The notice highlights that while providing information is voluntary, non-disclosure can result in a lack of employment consideration or termination. Additionally, a Spanish-language template is provided for Spanish-speaking applicants for instructional purposes only. This form reflects federal compliance protocols related to RFPs and grants, ensuring the integrity and security of personnel associated with the Bureau.
    The document is a solicitation for bids (No. 15BFA025B00000006) issued by the Federal Bureau of Prisons for the replacement of the roof at the Federal Correctional Complex (FCC) in Yazoo City, Mississippi. Bids are due by January 8, 2025, at 11:00 a.m. CST, and must be submitted electronically via a designated link. The project is a 100% small business set-aside, requiring bidders to be registered in the System for Award Management (SAM) and to meet the small business size standards for the NAICS code 238160. Detailed instructions are provided, including required documentation, such as the SF-1442 form, a bid bond, and specified provisions addressing past performance. A pre-bid conference with a site visit will be held on December 4, 2024, and an authorization for criminal history checks is necessary for attendees. The document emphasizes strict compliance with submission guidelines, detailing criteria for bidder responsibility, which includes financial capability and satisfactory past performance records. It highlights the importance of maintaining high integrity and ethical standards within submitting firms. Overall, this solicitation illustrates the government's effort to ensure contractor accountability and efficiency in public spending for construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 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.
    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.
    Replace Sewage Liner at FCI Phoenix
    Buyer not available
    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.
    FCC Yazoo City FY 25 3rd Quarter Subsistence
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCC Yazoo City, is seeking qualified vendors to provide subsistence food supplies for the third quarter of fiscal year 2025. The procurement includes a comprehensive range of food items, such as dry goods, meats, dairy, and bread products, which must comply with federal safety standards and dietary regulations, including Halal specifications. This initiative is crucial for maintaining nutritional standards within federal facilities and ensuring compliance with health regulations. Interested vendors should contact Carlos Tate at c3tate@bop.gov or Ronald Stevenson at rcstevenson@bop.gov for further details, and must adhere to the outlined specifications to avoid disqualification from the bidding process.
    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.
    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.
    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.
    Replace Switchgear- FCC Forrest City
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking responses to a Sources Sought Questionnaire for a project to replace the 15KV switchgear assembly at the Federal Correctional Complex in Forrest City, Arkansas. Contractors are required to provide the necessary equipment, labor, and materials while ensuring compliance with manufacturers' recommendations and obtaining any necessary permits. This initiative is part of the Bureau's ongoing efforts to maintain and upgrade federal facilities, ensuring operational efficiency and compliance with safety standards. Interested parties must submit their responses via email by February 27, 2025, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Patrick Ford at pford@bop.gov.
    FCI Aliceville Chiller Repair
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the repair of a York 500-ton centrifugal chiller at the Federal Correctional Institution in Aliceville, Alabama, under solicitation number 15B31825Q00000005. The project involves addressing an oil leak and ensuring the chiller meets safety operational standards, with a completion timeline of 120 days from contract award. This procurement is crucial for maintaining operational efficiency within federal facilities and is set aside for small businesses, including those qualifying as HUBZone or Service-Disabled Veteran-Owned. Interested contractors must submit their quotes by February 25, 2025, and are required to register in the System for Award Management (SAM) and complete a mandatory site visit on February 19, 2025. For further inquiries, potential bidders can contact LaTasha Windham at lwindham@bop.gov or Brianna Williams at b10williams@bop.gov.