FCI Otisville Well Rehabilitation
ID: 15B21125Q00000006Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFCI OTISVILLEOTISVILLE, NY, 10963, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) by the Federal Bureau of Prisons for rehabilitating well #1 at FCI Otisville, NY. Issued on February 18, 2025, the RFQ is not designated as a small business set-aside and requires submissions by February 26, 2025. The selected contractor will provide all necessary materials, labor, and equipment, with performance scheduled from March 1 to March 14, 2025. Proposals will be evaluated on a best value basis, considering factors such as price, past performance, technical capabilities, and delivery time. The RFQ document includes various contract clauses, compliance requirements, and labor standards, including the necessity for contractors to have an active registration at www.sam.gov. Furthermore, it emphasizes strict adherence to federal regulations and service contracting laws to ensure fair labor practices and compliance with applicable wage determinations. The document serves as a formal solicitation for bids to ensure that the Department of Justice achieves its supply and service needs efficiently while also maintaining legal and regulatory standards.
    The Statement of Work (SOW) outlines the requirements for the rehabilitation of Well #1 at the Federal Correctional Institution Otisville, NY. The contractor is tasked with removing and replacing the submersible well pump and motor assembly, as well as cleaning and chemically treating the well. Work is to be completed during weekdays from 7:00 a.m. to 3:00 p.m. All contractors must register with the New York State Department of Conservation and demonstrate relevant experience prior to the contract award. The SOW details the materials and products to be supplied by both the Federal Bureau of Prisons (FBOP) and the contractor. Upon project completion, the contractor must submit an inspection report, digital files of pre- and post-treatment video inspections, and comply with safety procedures. Responsibilities are clearly delineated, with FBOP supplying utilities and health department testing, while the contractor handles the removal, treatment, installation, and necessary clean-up. This document serves to ensure compliance with federal contracting standards and outlines specific expectations regarding service provision and safety measures in a secure facility, highlighting the importance of regulatory adherence and operational efficiency in government projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    FCI Otisville 3rd qtr FY25 Milk/Dairy items
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking quotations for the supply of milk and dairy items to the Federal Correctional Institution (FCI) Otisville in New York for the third quarter of fiscal year 2025. The procurement includes a variety of dairy products such as milk, cottage cheese, and sour cream, which are required in substantial quantities from April 1, 2025, to June 30, 2025. This initiative is part of the federal strategy to ensure the provision of quality food supplies while adhering to established regulations and standards for federal contracts. Interested suppliers should submit their quotations to Dan Sabo at dsabo@bop.gov or by phone at 845-386-6799, with the understanding that the government will not bear any costs associated with the preparation of these quotations.
    FCI BIG SPRING - REPLACE BACKFLOW PREVENTER SERVICES BLG. 283
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors to provide backflow preventer replacement services at the Federal Correctional Institution in Big Spring, Texas. The project involves the removal of an existing six-inch double check valve backflow prevention device and the installation of a new unit, including necessary testing and certification to comply with relevant codes and regulations. This procurement is critical for maintaining the facility's plumbing integrity and ensuring compliance with safety and environmental standards. Interested contractors must submit their quotes by March 7, 2025, and can contact Cornelius Daniel at c2daniel@bop.gov or Renea Stallings at rstallings@bop.gov for further information.
    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.
    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.
    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.
    MDC BROOKLYN_CHILLER MAINTENANCE SERVICE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking a contractor for maintenance services for three York Paraflow chillers at the Metropolitan Detention Center in Brooklyn, New York. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform tasks such as component removal, cleaning, gasket replacement, and ensuring the chillers operate efficiently, with completion expected by April 24, 2025. This procurement underscores the importance of maintaining infrastructure efficiency and safety within correctional facilities while adhering to strict environmental and safety regulations. Interested contractors should contact Brian Rodriguez at b2rodriguez@bop.gov or call 718-840-4130 for further details regarding the proposal submission process.
    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 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.
    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.