Upgrade Fire Detection System at FCI Phoenix
ID: 15BFA025B00000044Type: 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, 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 entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features and compliance with federal regulations, with an estimated contract value between $5 million and $10 million. This upgrade is crucial for enhancing safety protocols within the correctional facility, ensuring compliance with applicable codes and standards. Interested small businesses must submit their bids electronically by December 30, 2025, and are encouraged to contact Alex Jackson at a4jackson@bop.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 for Solicitation 15BFA025B00000044, issued by the Federal Bureau of Prisons, outlines significant changes and clarifications for the "Upgrade Fire Detection System" project at FCI Phoenix. Key updates include extending the bid due date to December 30, 2025, incorporating pre-bid site visit minutes, a sign-in sheet, and a comprehensive list of bidder questions and government answers. The amendment also adds site visit photos, accessible via sam.gov. The project, estimated between $5 million and $10 million, requires the contractor to be responsible for all taxes and adhere to the Davis Bacon Act. Bidders must follow strict electronic submission guidelines for offers and bid guarantees. The document clarifies various aspects, from system compatibility and work procedures within a correctional setting to safety protocols, security clearances, and the handling of hazardous materials. It emphasizes code compliance, contractor responsibility for permits, and adherence to specific work hours and security measures. The amendment confirms that multiple roles can be fulfilled by key personnel and addresses crucial details regarding site access, material storage, and communication protocols.
    This government solicitation (15BFA025B00000044) is an Invitation for Bid issued by the Federal Bureau of Prisons for the "Upgrade Fire Detection System" project at the Federal Correctional Institution in Phoenix, Arizona. The selected contractor will provide all materials, labor, and equipment for this project, with a magnitude estimated between $5,000,000.00 and $10,000,000.00. Key requirements include performance and payment bonds, specific insurance coverages (Workers Compensation, General Liability, Automobile Liability), adherence to a 365-calendar day performance period after notice to proceed, and a penalty of $1,715.44 for each day of delay. Contractors must also comply with various federal regulations, including those concerning labor standards, equal opportunity, and safeguarding covered contractor information systems. Security clearances for all personnel are mandatory, and a pre-construction conference will be held to discuss project specifics and institutional routines. The solicitation outlines detailed procedures for submittals, payment applications, progress meetings, and contract closeout, emphasizing contractor responsibility for quality and compliance.
    Standard Form 24 (SF 24) is a bid bond form for government contracts, ensuring a bidder's commitment to execute contractual documents and provide required bonds upon bid acceptance. This form is prescribed by the GSA-FAR and is used for construction, supplies, or services. It outlines the obligations of the principal (bidder) and surety(ies), specifying that the bond becomes void if the principal fulfills their obligations within the stipulated timeframe or compensates the government for any excess costs incurred if they fail to do so. The form details requirements for corporate and individual sureties, including liability limits and the need for proper authorization and seals. Instructions clarify usage, penal sum expression, and procedures for multiple sureties, emphasizing adherence to the Department of the Treasury's approved sureties list.
    The Federal Bureau of Prisons (BOP) requires individuals to complete a "Criminal History Check" form (BP-A0660) to obtain authorization for release of criminal history information. This check is mandatory for anyone seeking to enter or serve at a BOP facility as a volunteer or contractor. Refusal to provide the requested personal information, which includes name, address, contact details, aliases, citizenship, SSN, date of birth, physical characteristics, and place of birth, may result in denial of entry or status. The Privacy Act Notice clarifies that the information is collected under authorities such as E.O. 10450 and 5 USC 3301, to determine fitness for federal employment, contractual service, or security clearance. While furnishing the information is voluntary, non-disclosure can lead to a lack of further consideration for employment, clearance, access, or even termination of current employment.
    The document is an Optional Form 1419A, a Continuation Sheet for the "Abstract of Offers - Construction." It is designed for use when more than two offers are received on a construction project, supplementing the main OF 1419. The form details instructions for its use, stating it accommodates 13 contract items and additional sheets should be used for more items. The project specifically mentioned is to "Upgrade Fire Detection System (Project 25Z6AC5) at FCI Phoenix." The form outlines sections for listing offers, including offeror names (e.g., West Point Contractors, Inc., Kerns Construction, LLC), bid security details, and acknowledged amendments. It also provides a structure for detailing contract items with estimated quantity, unit, unit price, and estimated amount for each offer. The document is authorized for local reproduction and indicates that previous editions are usable.
    The Federal Bureau of Prisons (BOP) is soliciting bids for upgrading the fire detection system at FCI Phoenix, identified by Solicitation No. 15BFA025B00000044. This is a 100% Small Business Set-Aside, requiring contractors to be registered in WWW.SAM.GOV under NAICS Code 238210. Bids are due by December 16, 2025, at 11:00 A.M., MST, and must be submitted electronically via the provided JEFS APP BOX link. Required documents include SF-1442, Commodity or Services Schedule, SF-24 Bid Bond (with a wet-signed original mailed to FCC Tucson), and various FAR provisions. A non-mandatory pre-bid conference and site visit are scheduled for November 18, 2025, at FCI Phoenix, requiring a criminal history check form submission by November 6, 2025. Questions about the solicitation must be submitted via email by November 21, 2025. Bidders must also provide past performance information from at least five companies/government agencies and a bank reference, with completed questionnaires directly emailed to Alex Jackson by the bid due date. Award will be based on factors including financial resources, satisfactory performance, and business ethics, as outlined in FAR 52.214-19.
    This government file, AZ20250039, outlines prevailing wage rates and labor requirements for building construction projects in Maricopa County, Arizona, excluding single-family homes and apartments up to four stories. It details the applicability of Executive Orders 14026 and 13658, mandating minimum wage rates of $17.75 and $13.30 per hour, respectively, depending on contract award dates. The document lists specific wage rates and fringes for various crafts like Bricklayers, Carpenters, Electricians, and Power Equipment Operators, along with modifications to the general decision. It also includes information on Executive Order 13706 regarding paid sick leave for federal contractors. The file clarifies identifiers for union, union average, and survey wage rates and provides a detailed appeals process for wage determinations, directing interested parties to the Wage and Hour Division of the U.S. Department of Labor.
    Lifecycle
    Title
    Type
    Similar Opportunities
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.
    Perimeter Fence Replacement at FCI Loretto
    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) Loretto in Pennsylvania. The project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including associated components such as gates and footings, with a performance period of 924 calendar days from the notice to proceed. This initiative is critical for enhancing the security infrastructure of the correctional facility, ensuring compliance with federal standards. Interested small businesses must submit their bids electronically by January 7, 2026, and can contact Joshua Cortez at j2xcortez@bop.gov for further information. The estimated project magnitude is between $10 million and $25 million, and the solicitation is available exclusively through the SAM.gov website.
    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 associated components such as gates and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a 100% small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due electronically by January 5, 2026, at 12:00 p.m. PST. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    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 contractors 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 bidders must register in SAM.gov and may contact Alex Jackson at a4jackson@bop.gov for further information.
    Replace Chillers 1, 2 & 3
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. Contractors are required to provide all necessary labor, materials, and equipment as outlined in the Statement of Work, with a project magnitude estimated between $1,000,000 and $5,000,000. This opportunity is a total small business set-aside, and interested bidders must be registered in the System for Award Management (SAM) under NAICS code 238220. Key deadlines include a mandatory pre-bid conference on January 7, 2026, and bid submissions due by January 29, 2026, at 1:00 p.m. CST. For further inquiries, bidders can contact Jeffrey Kercheval at jkercheval1@bop.gov.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Memphis, is seeking contractors to provide supplies, materials, and labor for the installation of a transformer for an inmate housing unit. This transformer is critical for supplying electrical power to the housing unit, ensuring the safety of the institution and preventing potential serious injuries or liabilities to the government. The procurement is categorized under the maintenance of penal facilities, highlighting its importance in maintaining operational safety and efficiency. Interested parties can reach out to Christine Lindon at clindon@bop.gov or by phone at 859-255-6812 for further details regarding this urgent and compelling requirement.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.