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
  1. 1
    Posted Nov 12, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 20, 2025, 4:00 PM UTC
Description

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 critical for maintaining the integrity and safety of the facility, with an estimated project value between $500,000 and $1,000,000. Interested small businesses must submit their bids electronically by May 20, 2025, and are encouraged to 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 is an amendment (0003) to solicitation number 15BFA025B00000006 issued by the Federal Bureau of Prisons, specifically the Field Acquisition Office. The primary purpose of this amendment is to extend the bid submission deadline from March 12, 2025, to April 15, 2025, at 10:00 AM Mountain Standard Time. Contractors are required to acknowledge receipt of this amendment, which outlines instructions for submission methods and emphasizes the importance of timely acknowledgment to avoid rejection of offers. Included in the document are details about a scheduled site visit on December 4, 2024, at the FCC Yazoo City, Mississippi, location, where bidders can inspect the worksite. Participants must complete a Criminal History Check Form for access. The amendment also clarifies that all other terms in the original solicitation and prior modifications remain unchanged. The document is structured with sections addressing the change details, specific requirements, site visit logistics, and provisions for communication of questions relating to the solicitation. This amendment underscores the Bureau's procedural compliance and administration in contracting for federal projects.
This document is an amendment to solicitation 15BFA025B00000006, issued by the Federal Bureau of Prisons, specifically for a project at FCC Yazoo City. The amendment, numbered 0004 and effective April 9, 2025, changes the due date for bids from April 15, 2025, to May 20, 2025, at 10:00 AM (MST). It also removes three specific clauses regarding segregated facilities and equal opportunity requirements and adds a clause concerning authorized deviations in solicitation terms. This amendment aims to update the conditions of the solicitation while ensuring compliance with federal regulations. It retains all other terms and conditions from the original solicitation, emphasizing that failure to acknowledge this amendment could result in the rejection of bids. The document outlines the responsibilities of contractors concerning tax obligations and incorporates procedural details for acknowledgment of the amendment.
Apr 9, 2025, 7:08 PM UTC
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.
Apr 9, 2025, 7:08 PM UTC
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.
Apr 9, 2025, 7:08 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
REPAIR TOWER ROOFS at FCC Tucson-Solicitation
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to repair tower roofs at the Federal Correctional Complex (FCC) in Tucson, Arizona, under Solicitation No. 15BFA025B00000018. The project involves comprehensive roofing work, including the removal of existing roofs, installation of insulation and roofing systems, and adherence to strict safety and operational regulations specific to correctional facilities. This opportunity is set aside for small businesses, with an estimated project budget between $100,000 and $250,000, and bids are due by May 8, 2025, at 2:00 PM CST. Interested contractors must register in the System for Award Management (SAM) and may contact Rashonna Conteh at rconteh@bop.gov for further details.
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.
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.
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 Perimeter Fence at FCI McKean
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a construction project titled "Replace Perimeter Fence" at the Federal Correctional Institution (FCI) McKean in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including associated components such as line posts, fence fabric, razor ribbon, gates, and concrete walkways. This initiative is crucial for enhancing the security infrastructure of the facility, with an estimated project magnitude exceeding $10 million. Interested small business contractors must respond to the sources sought notice by submitting a completed questionnaire to Joshua Cortez at j2xcortez@bop.gov by April 18, 2025, and must also be registered in the System for Award Management (SAM) to qualify for the contract.
Replace Perimeter Fence at FCI Loretto
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for a project titled "Replace Perimeter Fence" at the Federal Correctional Institution (FCI) in Loretto, Pennsylvania. The project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including associated components such as line posts, fence fabric, razor ribbon, and gates, as well as the installation of new concrete walkways. This initiative is crucial for enhancing the security infrastructure of the correctional facility. Interested small business contractors must respond to the sources sought notice by completing the attached questionnaire and emailing it to Joshua Cortez at j2xcortez@bop.gov by April 18, 2025. Additionally, firms must be registered in the System for Award Management (SAM) and comply with the small business size standard associated with the NAICS code 238990.
WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
Repair Roof Base Ops, B847
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and replacement of the roof of Building B847 at Columbus Air Force Base in Mississippi. The project aims to eliminate persistent water leaks that have impacted critical operations, requiring contractors to provide all necessary labor, materials, and equipment to complete the work within a 180-day timeline. This procurement is significant for maintaining the functionality of the facility, and it is set aside for small businesses under the SBA guidelines, with an estimated contract value between $500,000 and $1 million. Interested bidders must contact the primary point of contact, Sang Park, at sang.park.6@us.af.mil or 662-434-7775, to register for a site visit by April 21, 2025, and submit all requests for information by May 5, 2025.
Replace Piping Under Housing Unit- FPC Bryan
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified contractors 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 involves replacing all utility piping, including domestic water, sewer waste, and chilled/heating water, and is crucial for maintaining the operational integrity of the facility. The estimated project cost ranges between $500,000 and $1,000,000, with a performance period of 140 calendar days from the notice to proceed. Interested small businesses must register in SAM.gov and submit their bids by April 30, 2025, while adhering to all outlined requirements, including a mandatory Criminal History Check for personnel entering the facility. For further inquiries, contractors can contact Patrick Ford at pford@bop.gov.
MCC Chicago - Repair SHU Showers
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons (FBOP), is seeking qualified small business contractors for a construction project to repair shower facilities at the Metropolitan Correctional Center (MCC) in Chicago, Illinois. The project involves improving two shower rooms located on the 11th floor, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to specific technical guidelines and regulations. This initiative is crucial for maintaining safe and compliant prison facilities, with an estimated project value between $100,000 and $250,000 and a performance period of 80 calendar days. Interested vendors must respond to the sources sought notice by April 15, 2025, and register in the System for Award Management (SAM) to qualify for bidding; inquiries can be directed to Luke Bonner at lbonner@bop.gov or by phone at 606-929-4086.