Replace Chillers 1 & 2 - FCI Fairton
ID: 15BFA024B00000028Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a federal solicitation regarding a contract modification with the Federal Bureau of Prisons. The amendment outlines the procedure for acknowledging receipt, emphasizing that offers must confirm acknowledgment of the amendment before the specified deadline to avoid rejection. Key changes include the incorporation of the Department of Labor Wage Determination NJ20250030 Modification 1, along with an extension of the bid submission deadline to February 28, 2025, at 12:00 PM PST. The document specifies that the contractor is not required to sign this amendment and reiterates that the terms and conditions of the original contract remain valid unless altered by this amendment. Further instructions clarify the document's structure, which follows the Uniform Contract Format (UCF), and provide guidance on completing various sections relevant to the amendment, including effective dates and contract modifications. Overall, this amendment ensures compliance and clarity for prospective contractors participating in the solicitation process while adhering to federal procurement regulations.
    The document provides a comprehensive overview of a government initiative related to federal and state/local Requests for Proposals (RFPs) and grant funding opportunities. Its main purpose is to outline the requirements and expectations for participants seeking financial assistance through structured proposals. Key ideas include eligibility criteria, submission guidelines, evaluation metrics, and compliance requirements that potential applicants must follow to secure funding. The document emphasizes the importance of adhering to established deadlines, providing necessary documentation, and demonstrating the project's alignment with government objectives. Supporting details highlight the competitive nature of the application process and the necessity for clear, concise, and well-organized project proposals. The section on evaluation criteria underscores the need for measurable outcomes and budget justifications, which are essential for assessing proposals. By sharing insights into the review process, the document aims to equip applicants with the knowledge to enhance their proposals’ chances of success. In essence, this resource serves as a vital guide for entities interested in securing grants or participating in government-funded projects, ensuring transparency and accountability throughout the funding process.
    This document serves as an amendment to a solicitation from the Federal Bureau of Prisons for the project titled "Replace Chillers 1 & 2." It outlines the procedures for bidders to acknowledge receipt of the amendment and provides clarifications in response to contractor queries gathered during a pre-bid meeting. The amendment includes essential information such as project codes, modification numbers, and specific contractor inquiries regarding existing equipment, warranties, and operational requirements. Key clarifications confirm technical specifications of existing chillers, electrical needs, control systems, and contractor responsibilities. The document highlights the importance of adhering to submission protocols and deadlines, emphasizing that failure to comply may result in disqualification of bids. Moreover, it reinforces that all other terms and conditions of the original solicitation remain unchanged. This amendment encapsulates the vital updates and directives for prospective bidders aiming to participate in a government contract, demonstrating adherence to standard federal procurement practices.
    The document outlines the Bid Bond Form, which is a required guarantee in federal contracting. It serves to ensure that a bidder, referred to as the "Principal," will execute the necessary contractual agreements and provide additional bonds as mandated upon bid acceptance. The form includes sections for the Principal’s legal name and address, as well as details of the Surety or Sureties backing the bond. Notably, it sets forth conditions under which the bond may become void, specifically if the Principal adheres to bid acceptance protocols and meets timelines for contract execution. It further explains the implications of bid acceptance extensions and establishes that individuals or corporations executing the bond must furnish necessary signatures, seals, and demonstrate their authority. The document's purpose is to standardize the requirements for bid bonds in government contracts, ensuring accountability and compliance among bidders. Key instructions emphasize the importance of following specific formatting and legal bounds applicable to sureties, ultimately reinforcing the integrity of the bidding process in construction, supplies, and services within federal and state contracts.
    The document is the "Authorization for Release of Information - Criminal History Check" from the U.S. Department of Justice, specifically the Federal Bureau of Prisons. It mandates that individuals seeking to enter or serve at Bureau facilities must consent to a criminal history background check. The authorization form collects personal information including name, address, phone number, aliases, citizenship, social security number, and physical characteristics. It highlights the importance of providing accurate information, as failure to do so could result in denial of entry or voluntary status. The Privacy Act Notice outlines the legal authority for collecting this information and explains the purposes for its use, including evaluating fitness for federal employment, contractual service eligibility, and security clearance. It also states that providing the requested information is voluntary, but non-disclosure may hinder future employment opportunities or result in termination. The document reflects the Bureau's commitment to maintaining security and safety within its facilities by screening individuals who interact with its operations. Understanding how this fits into larger federal processes—such as RFPs or grants—highlights the importance of thorough background checks in ensuring reliability and compliance within government services.
    The document outlines a Request for Proposal (RFP) issued by the Federal Bureau of Prisons for replacing chillers 1 and 2 at FCI Fairton, with a bid submission deadline set for February 20, 2025. The solicitation emphasizes that participation is exclusively for small businesses registered on SAM.gov, emphasizing compliance with specific bid submission procedures. Bidders must submit a comprehensive package including a bid cover page, completed solicitation forms, and a bid bond. A pre-bid conference is scheduled for February 5, 2025, where attendance is encouraged but not mandatory, with a warning about security protocols upon entry. Additionally, bidders must gather past performance information from at least five references, and a banking questionnaire to demonstrate financial responsibility. Electronic submissions are required, with clear protocols for bid confirmation and management of submissions. The document's structure consists of detailed instructions for bidders along with requirements for bid preparation, emphasizing that non-compliance may render bids non-responsive. This RFP reveals the government's commitment to ensuring qualified contractors are engaged for essential operational upgrades, maintaining efficiency and security within the federal correctional system.
    The solicitation number 15BFA024B00000028 issued by the Federal Bureau of Prisons seeks bids for the "Replace Chillers 1 & 2" project at the FCI Fairton in Fairton, NJ. Contractors must provide all necessary materials and labor, with a performance period beginning within 10 calendar days of award and completion within 98 days post-notice to proceed. The project mandates performance and payment bonds, with specific requirements outlined for their submission after contract award. A notable project magnitude is between $500,000 and $1,000,000, emphasizing comprehensive insurance coverage for workers and public liability. Special provisions include strict adherence to safety protocols, submission of necessary documentation like contractor affidavits and schedules, and adherence to federal labor and wage standards. Pre-construction conferences with various stakeholders are required, along with the regulation of work hours within the correctional facility. The contractor must also ensure compliance with security measures related to contractor personnel working within the facility, necessitating background checks. This solicitation reflects the government's intent to obtain transparent, competitive, and compliant bids in line with federal contracting norms.
    The document appears to be a corrupted or poorly formatted file related to government requests for proposals (RFPs) and grants at the federal, state, and local levels. Despite the corruption, key themes suggest a focus on compliance, regulatory standards, and support for various public initiatives. The document likely outlines project specifications, funding opportunities, and procedural requirements associated with government grants and contracts. The narrative could indicate engagement with community development, infrastructure improvements, and environmental assessments, reflecting the government's commitment to public welfare through structured funding and project management processes. However, due to the degradation of the text, specific details about particular projects or funding mechanisms could not be extracted, limiting the clarity of the intended messages and instructions. The importance of adherence to safety, environmental regulations, and successful implementation of the proposals aligns with the overarching objectives of governmental grants and public service delivery. This summary encapsulates the essence of the document as reflective of government initiatives focused on providing structured funding while ensuring compliance with necessary regulations, despite challenges in accessing clear information from the original content.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    FCC Beaumont - Emergency Chiller Replacement - Supply and Install
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for the supply and installation of an emergency chiller at the Federal Correctional Complex in Beaumont, Texas. This project, designated as a total small business set-aside, requires contractors to integrate the new chiller with the existing Building Automation System and adhere to specific technical specifications, including electrical and piping requirements. The successful contractor will play a crucial role in modernizing the facility's cooling systems, ensuring operational efficiency and safety. Proposals are due by March 10, 2025, at 12:00 PM CST, and interested parties should contact Dillon Tydlacka at dtydlacka@bop.gov for further details.
    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.
    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.
    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 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.
    FCC Beaumont - Emergency Low Cooling Tower Rebuild - Supply & Install
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for the "Emergency Low Cooling Tower Rebuild - Supply & Install" project at the Federal Correctional Complex in Beaumont, Texas. This procurement involves the supply and installation of rebuilt low cooling towers, with a total project duration of 14 weeks, including inspections and demobilization. The opportunity is set aside for small businesses, emphasizing the government's commitment to engage small enterprises, including those owned by veterans and women. Interested parties must submit their proposals by March 10, 2025, at 12:00 PM CST, and are required to complete a criminal history check form as part of the bidding process. For further inquiries, contact Dillon Tydlacka at dtydlacka@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.