Replace Roof FCI Low I- Yazoo City, MS
ID: 15BFA025B00000006Type: Presolicitation
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 to replace the roof at the Federal Correctional Institution (FCI) Low I in Yazoo City, Mississippi. The project involves the complete replacement of a flat roofing system covering approximately 21,500 square feet, with a contract value estimated between $500,000 and $1,000,000. This procurement is critical for maintaining the integrity and safety of the facility, ensuring compliance with federal standards for construction within correctional environments. Interested small businesses must register in the System for Award Management (SAM) and submit their bids by May 20, 2025, with further details available from primary contact Alex Jackson at a4jackson@bop.gov or by phone at 202-578-9940.

    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.
    This document serves as Amendment 0005 to the federal solicitation 15BFA025B00000006, issued by the Federal Bureau of Prisons (BOP). The amendment updates the Statement of Work, includes responses to bidders' questions, and incorporates photographs from a recent site visit. The effective date of this amendment is November 12, 2024, and it emphasizes that all previous terms and conditions remain unchanged. A crucial part of the amendment also addresses responsibilities for the successful contractor, including compliance with all federal, state, and local taxation requirements. Notably, a mandatory site visit is scheduled for December 4, 2024, allowing potential bidders to inspect the site; however, they must submit a criminal history check form by November 26, 2024, to gain access. Questions regarding the solicitation after this pre-bid site visit must be submitted by December 6, 2024, to ensure adequate responses prior to bid submission. This amendment facilitates the clarity and transparency of the contracting process, aligning with the requirements of government RFPs and federal grants.
    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 an Abstract of Offers for a construction project titled "Replace Roof FCI Low I" at the Federal Correctional Complex in Yazoo City, MS. The solicitation number is 15BFA025B00000006. It details multiple offers received, including information on bid security, acknowledged amendments, and specific contract items with associated costs. Key participants include Fouche's Portfolio Creation, Inc., Grainger Contracting & Services, Infinity Construction Management, and Innovative Performance Construction Company, each submitting bids with bid bonds ranging from 20% to none. Estimated amounts for roof replacement range from approximately $321,679.49 to $898,500.00, reflecting a variety of unit prices and quantities. This summary of offers extends the traditional Abstract of Offers form to accommodate more than two bids, essential for transparency and competitive bidding in federal projects. Overall, the document serves to capture and provide clarity on the offers submitted for government procurement processes in construction, ensuring compliance with federal regulations.
    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
    FCI Pekin - Replace Boilers & Controls
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project entails the removal of existing boilers and associated systems, installation of new boilers and controls, and ensuring proper integration with existing systems, with a performance period of 120 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and the solicitation is expected to be available around January 7, 2026. Interested contractors should monitor the Contract Opportunity website at https://sam.gov for updates and ensure their registration in the System for Award Management (SAM) is current, as all submissions must comply with the small business size standard of $19 million for the applicable NAICS code 238220.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Justice, Department Of
    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.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract for the emergency repair of the A/C system at the DCB building within the Federal Correctional Complex (FCC) in Victorville, California. The project entails the removal of the existing A/C system and its replacement with a new system, with a performance period of 324 calendar days from the notice to proceed. This procurement is crucial for maintaining the operational integrity of the correctional facility, and the estimated project value ranges between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around December 16, 2025; for further inquiries, they may contact Patrick Ford at pford@bop.gov.
    FCI Marion - Replace High Mast Light #4
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    Install Utilities & Culinary Equipment- FPC Alderson
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to install utilities and culinary equipment at the Federal Prison Camp (FPC) Alderson in West Virginia. The project requires the contractor to provide all necessary labor, materials, and equipment, with a performance period of 112 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $250,000 and $500,000, and bids are due by January 27, 2026, at 11:00 AM CST. Interested contractors must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Perimeter Fence Replacement at FCI McKean
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.