ELECTRICAL MVS SWITCHGEAR REPAIR/REPLACE
ID: 15BFA024B00000025Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to repair and replace electrical MVS switchgear at the Federal Correction Institution in Butner, North Carolina. The project requires the contractor to provide all necessary labor, equipment, parts, materials, and supplies to repair the medium voltage switchgear located behind the Food Service/Facilities Department and replace the switchgear behind the “O” Housing Unit. This procurement is critical for maintaining the operational integrity and safety of the correctional facility's electrical systems. Interested small business contractors must submit their bids electronically by October 16, 2024, following a pre-bid site visit on October 2, 2024, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, bidders can contact Kimberly Johnson at knjohnson@bop.gov or by phone at 202-598-6059.

    Point(s) of Contact
    Files
    Title
    Posted
    The document from the U.S. Department of Justice, Federal Bureau of Prisons, outlines the "Authorization for Release of Information" for conducting a criminal history check. This process is mandatory before anyone is permitted to enter or serve at Bureau facilities. Key details required from the applicant include personal information such as name, address, telephone number, aliases, citizenship, social security number, date of birth, physical characteristics, and place of birth. The Privacy Act Notice explains the legal authority for information collection and states its purposes, such as determining fitness for federal employment and security clearance. It emphasizes the voluntary nature of providing information while warning that failure to do so may result in denial of entry or employment. This document serves a critical function in maintaining security protocols within federal correctional facilities, aligning with the broader context of federal regulations and RFP processes linked to government employment and access protocols. Ensuring thorough background checks is a key measure for the safety of inmates, staff, and the public.
    The document outlines a Request for Proposals (RFP) for the repair or replacement of Electrical MVS Switchgear at FCI 2 Butner, issued by the Federal Bureau of Prisons. Bids are due by October 16, 2024, and must be submitted electronically. The RFP emphasizes that this is a 100% small business set-aside, requiring all bidders to be registered in www.sam.gov and meet specific size standards. Bidders must complete multiple required sections, including forms related to bids, bonding, and past performance information, and submit these alongside their offers. A pre-bid conference and site visit are scheduled for October 2, 2024, which is not mandatory but recommended. Bidders must clear a criminal history check and adhere to security protocols for entry. Questions regarding the RFP should be sent to the contracting officer by October 4, 2024. The award decision will depend on the apparent low bidder's financial resources, past performance, and compliance with these requirements, ensuring responsible allocation of taxpayer funds. Overall, this document serves as a detailed guideline for potential contractors interested in participating in a government project while underscoring compliance and ethical considerations in federal contracting.
    This document outlines the General Decision Number NC20240003 regarding wage rates for building construction projects in Durham County, North Carolina, effective from September 6, 2024. It supersedes NC20230003 and addresses contracts governed by the Davis-Bacon Act, specifying applicable minimum wage rates under Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour for 2024, while those awarded between January 1, 2015, and January 29, 2022, require a rate of $12.90 per hour if not extended. The document includes various trade classifications and wage rates, detailing requirements for contractors regarding worker protections, established sick leave standards, and the appeals process for wage determination disputes. It emphasizes the importance of compliance with federal wage standards in construction contracts to ensure fair wages for workers. The full list of rates and classifications is provided, along with instructions for how to appeal decisions related to wage determinations, underscoring the federal commitment to equitable labor practices in public construction projects.
    The document is a Bid Bond form (Standard Form 24) utilized in government RFP procedures, outlining the obligations of the Principal (the bidder) and Sureties (guarantors) during the bidding process for federal contracts. It establishes the conditions that void the bond obligation, primarily if the Principal successfully executes the required contractual documents and bonds following the bid's acceptance. The Sureties agree to be bound to the Government for the specified penal sum, which may be a percentage of the bid price. Key details include the necessity for the Sureties to be listed on the Treasury's approved sureties and the requirement to file corresponding documents like the Affidavit of Individual Surety if individuals are involved. The instructions clarify the legal obligations of the Principal and Sureties, including the need for corporate seals and the identification of the Principal’s legal name and business address. This document is critical in ensuring commitment and accountability in federal contracting, demonstrating the government’s safeguard against bidder default. The bond reflects the seriousness of the bidding process and is legally binding unless conditions are met as outlined.
    The solicitation number 15BFA024B00000025 from the Federal Bureau of Prisons is a sealed bid invitation for a construction project at the Federal Correctional Institution in Butner, North Carolina. The project involves repairing and replacing medium voltage switchgear, requiring the contractor to supply all materials, labor, and equipment as outlined in the Statement of Work. The contractor must begin work within 10 calendar days and complete it within 273 calendar days post-award. The solicitation specifies necessary performance and payment bonds, an estimated project cost between $250,000 and $500,000, and a detailed list of required insurance coverage. Contractors are advised on the pre-construction conference, safety protocols, and handling of contraband within the correctional environment. Additionally, compliance with federal regulations, including Equal Opportunity laws and procurement guidelines, are emphasized throughout the document. The contract is structured to promote transparency and accountability, as evidenced by requirements for progress meetings, a Schedule of Values, and closeout procedures to ensure proper documentation and contractor responsibility. This RFP reflects the government's commitment to secure operational environments while maintaining rigorous standards for contractor engagement.
    Lifecycle
    Similar Opportunities
    Roof Repair for LSCI Education Roof and FCI I NC Unit at FCC Butner
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm fixed-price construction contract for roof repairs at the LSCI Education Roof and FCI I NC Unit located at FCC Butner in North Carolina. The project entails providing all necessary equipment, materials, and labor to complete the roof repairs, which are critical for maintaining the integrity and safety of the correctional facility's infrastructure. This opportunity is a 100% small business set-aside, with an estimated project budget between $25,000 and $100,000, and proposals are due by October 7, 2024. Interested contractors must register in the System for Award Management (SAM) and complete a criminal history check to participate, with additional details available from primary contacts Casey McLean and Ashley Harding.
    FCI Englewood - Emergency Electrical Repairs
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for emergency electrical repairs at the Federal Correctional Institution (FCI) Englewood in Littleton, Colorado. The project involves the removal and replacement of vacuum interrupters in existing switch gear, specifically targeting twelve breakers, with a focus on minimizing downtime during the refurbishment process. This contract, estimated to be valued between $250,000 and $500,000, is a 100% small business set-aside, requiring interested contractors to be registered in the System for Award Management (SAM) and to submit their bids electronically by October 16, 2024. For further details, bidders can contact Trisha Holm at tmanderson@bop.gov or by phone at 202-598-6052.
    Emergency Repair Generator and High Voltage Line at FCI Phoenix- SOURCES SOUGHT NOTICE
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified small business contractors for an upcoming project involving the emergency repair of a generator and high voltage line at the Federal Correctional Institution in Phoenix, Arizona. The project entails the removal, repair, and reinstallation of a 2000 KW turbo-diesel generator, along with trenching and installation of new high voltage lines and conduits. This initiative is critical for maintaining the infrastructure and operational efficiency of the correctional facility. Interested vendors must register in the System for Award Management (SAM) and respond to the sources sought notice to verify their capabilities, with the estimated project value ranging between $1,000,000 and $5,000,000. For further inquiries, interested parties can contact Krista Sua at kxsua@bop.gov.
    Replace Chillers 1 & 2 - FCI Fairton
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1 and 2 at the Federal Correctional Institution (FCI Fairton) in New Jersey. The project involves upgrading existing Trane Centrifugal chillers and replacing two 25HP chilled water Variable Frequency Drives (VFDs) and Adaptive Frequency Drives (AFDs), with a performance period of 309 calendar days from the notice to proceed. This procurement is critical for maintaining the facility's operational efficiency and comfort, with an estimated project value between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around September 27, 2024; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Replace Roof FCI Low I- Yazoo City, MS
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified small business contractors for a roofing replacement project at the Federal Correctional Complex in Yazoo City, Mississippi. The project involves replacing the roof of a building covering approximately 21,500 square feet, requiring compliance with specific industry standards and the use of approved materials. This initiative is crucial for maintaining the infrastructure of the correctional facility while ensuring minimal disruption to its operations. Interested contractors must respond to a market research questionnaire by September 24, 2024, and register in the System for Award Management (SAM) to be eligible for future solicitation details, with the estimated project value ranging between $500,000 and $1,000,000. For inquiries, contact Alex Jackson at a4jackson@bop.gov or call 202-578-9940.
    Replace Unit A Stairwells - FPC Alderson, WV
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking small business contractors for a construction project titled "Replace Unit A Stairwells" at the Federal Prison Camp in Alderson, West Virginia. The project entails the removal of existing concrete-filled metal pan stair components and their replacement with new metal grating, along with refinishing existing steel framing and railings, as detailed in the accompanying Statement of Work and Drawings. This initiative is crucial for maintaining the safety and functionality of the facility's infrastructure. Interested contractors must respond to a market research questionnaire by September 19, 2024, and register on the SAM.gov website to qualify for the contract, which has an estimated value between $250,000 and $500,000. For further inquiries, contractors can contact Alex Jackson at a4jackson@bop.gov or by phone at 202-578-9940.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as installing monitoring systems connected to the base's Energy Management Control System (EMCS). This project is crucial for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    FMC Rochester - Replace Bldg. 2, 4 & 10 Roofs
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the roofs on Buildings 2, 4, and 10 at the Federal Medical Center (FMC) in Rochester, Minnesota. The project involves the installation of new roofing systems, including an ethylene propylene diene monomer (EPDM) membrane, and requires contractors to comply with stringent security protocols, including background checks for personnel entering the facility. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and bids must be submitted electronically by October 2, 2024. Interested contractors should contact Trisha Holm at tmanderson@bop.gov or 202-598-6052 for further information and ensure they are registered in the System for Award Management (SAM) at https://sam.gov.
    Repair of Powerhouse Boilers at FCI Herlong
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for the repair of Powerhouse Boilers 2 and 3 at the Federal Correctional Institution Herlong in California. The project involves the rebuilding and repair of two Bryan Model RW1500-W-FDGO hot water boilers, including the removal and replacement of combustion heads, primary orifices, swirlers, and the repair of damaged refractory materials. This work is critical for maintaining the operational efficiency of the facility's Central Utility Plant. The estimated contract value is between $250,000 and $500,000, with a performance period of 161 calendar days from the notice to proceed. Interested small businesses must register in SAM.gov and monitor the site for the solicitation, expected to be available around October 15, 2024. For further inquiries, contact Krista Sua at kxsua@bop.gov.
    FCC COLEMAN, REPLACE SPRINKLER SYSTEM at FOOD SERVICE WAREHOUSE PROJECT 3D6F
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the replacement of the sprinkler system at the Food Service Warehouse located at FCC Coleman in Florida. The project involves the complete removal of the existing wet sprinkler system and the installation of a new system that complies with NFPA 25 and other applicable standards, with all necessary materials already on-site. This procurement is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and women-owned enterprises, emphasizing the importance of enhancing fire safety within federal facilities. Interested contractors must submit their bids by September 24, 2024, at 10:00 ET, and can direct inquiries to Joshua Rosa at jrosagarcia@bop.gov or Todd Large at TLarge@bop.gov.