Upgrade Fire Detection System at FCI Phoenix
ID: 15BFA025B00000044Type: Presolicitation
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 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.

    Point(s) of Contact
    Krista Sua
    kxsua@bop.gov
    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 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
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Buyer not available
    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.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Buyer not available
    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.
    FY25 Garage Floor Repairs - 25Z4AF7
    Buyer not available
    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.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Buyer not available
    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.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    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 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.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    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.
    FCI Marion - Replace High Mast Light #4
    Buyer not available
    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.
    Replace Chillers 1, 2 & 3
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. The project involves the professional installation, labor, materials, and equipment necessary for replacing the existing chillers and all associated HVAC components, including pumps, piping, valves, controls, and plumbing services. This upgrade is crucial for maintaining the facility's operational efficiency and comfort. The estimated project value ranges from $1,000,000 to $5,000,000, with the solicitation expected to be available around December 19, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Jeffrey Kercheval at jkercheval1@bop.gov.
    Perimeter Fence Replacement at FCI McKean
    Buyer not available
    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.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway (GWMP). The procurement involves a Firm-Fixed-Price (FFP) contract with a one-year base period and four one-year option periods, totaling five years, aimed at ensuring the systems are free from errors and malfunctions while providing 24-hour monitoring. This contract is critical for maintaining safety and security across various facilities within the parkway, requiring NICET Level II certified technicians for fire alarms and state-licensed technicians for intrusion detection systems. Interested parties must submit their quotes by December 12, 2025, and direct any inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.