FCC Allenwood 5 Year Sprinkler Inspection - 15B20125Q00000008
ID: 15B20125Q00000008Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFCC ALLENWOODWHITE DEER, PA, 17887, USA

NAICS

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

PSC

QUALITY CONTROL- FIRE CONTROL EQUIPMENT (H112)

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 proposals for a five-year inspection of fire suppression systems at the Federal Correctional Complex (FCC) Allenwood in Pennsylvania. Contractors are required to provide all necessary equipment, labor, and materials to ensure compliance with safety standards as outlined in the Statement of Work. This procurement is critical for maintaining operational safety and compliance within federal facilities, emphasizing the importance of effective fire prevention systems. Interested small businesses, including Service-Disabled Veteran-Owned and Economically Disadvantaged Women-Owned Small Businesses, must submit their proposals by March 26, 2025, and can contact Garrett Moser at gmoser@bop.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for commercial products and services by the Federal Bureau of Prisons, specifically for conducting a 5-year inspection of the fire suppression systems at FCC Allenwood. The solicitation number is 15B20125Q00000008, with an issuance date of February 26, 2025, and proposals due by March 26, 2025. The procurement is set aside for small businesses, including various categories such as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Key elements include a requirement for contractors to provide all necessary equipment, labor, and materials to inspect and maintain fire prevention systems according to a Statement of Work. Bid evaluation criteria will focus on past performance, price, and technical acceptability. The solicitation integrates Federal Acquisition Regulation (FAR) clauses that regulate contract terms, contractor privacy, and environmental standards. It emphasizes the importance of compliance with hazardous material provisions and details payment terms to ensure contractors understand their obligations, particularly regarding electronic funds transfer for contract payments. This document is crucial for ensuring transparency and compliance in government contracting efforts aimed at maintaining safety and operational standards in federal facilities.
    The document is an "Authorization for Release of Information" for conducting a criminal history check by the U.S. Department of Justice's Federal Bureau of Prisons. It requires individuals to provide personal information, such as name, address, social security number, date of birth, and physical descriptors, to authorize the bureau to access their criminal background before gaining entry to any facility or approval for volunteer or contract status. The document outlines the Privacy Act notifications detailing the legal authority for information collection, as well as the purposes for using the information, including assessing fitness for federal employment and security clearance. Individuals are informed that while providing this information is voluntary, failure to do so may impact their application for employment or volunteer roles. A Spanish-language template is provided for those who might have difficulty with English, emphasizing accessibility for diverse language speakers. The document underscores the significance of background checks within federal operations, aligning with broader compliance and safety requirements in governmental functions.
    The document presents Wage Determination No. 2015-4255 from the U.S. Department of Labor, detailing minimum wage rates and benefits for federal contracts under the Service Contract Act. It specifies applicable wage rates based on contract initiation dates, with Executive Order 14026 establishing a minimum wage of $17.75 per hour for contracts entered or renewed after January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage will be $13.30 per hour. The determination covers various occupations within several sectors, primarily in Pennsylvania counties, outlining specific wage rates and fringe benefits as per each job classification. Workers also receive health and welfare benefits, vacation time, and paid holidays. Additionally, provisions for paid sick leave under Executive Order 13706 are stipulated, mandating one hour of sick leave per 30 hours worked. The summary emphasizes compliance requirements for contractors, including adjustments for unlisted job classifications through a conformance process. This document's purpose is to ensure equitable compensation and labor conditions for workers engaged in federal contracts, aligning with governmental standards for fair employment practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FCC Allenwood Liquid Eggs QTR 3 FY25 Solicitation
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at FCC Allenwood, is seeking proposals for the procurement of pasteurized liquid frozen eggs for the third quarter of fiscal year 2025. The contract requires the delivery of 30,000 pounds of liquid eggs, adhering strictly to the National Menu Specifications, with no substitutions allowed. This procurement is crucial for meeting the dietary needs of the facility, ensuring compliance with federal food standards. Interested small businesses must submit their bids, including essential information such as their Unique Entity Identifier (UEI), by contacting Ryan Vincenzes at rvincenzes@bop.gov or Gina Ohnmeiss at gohnmeiss@bop.gov for further details.
    Replace Chillers 1 & 2 - FCI Fairton
    Buyer not available
    The Department of Justice, specifically 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 contract value estimated between $500,000 and $1 million. Interested small businesses must submit their bids electronically by the extended deadline of March 10, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025, for further clarification. For inquiries, potential bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Perimeter Detection System (Replacement)
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified small businesses to replace the Perimeter Detection System at the Federal Correctional Institution (FCI) Safford in Arizona. Contractors are required to provide all necessary materials, labor, and equipment to meet the performance guidelines outlined in the Request for Proposal (RFP) 15B60925Q00000002, which emphasizes compliance with safety measures and DOJ security protocols. This project is critical for enhancing the security infrastructure of correctional facilities, ensuring the safety of personnel and inmates alike. Interested bidders must submit their proposals by March 6, 2025, and can direct inquiries to Contracting Officer Nicasio Garcia at ngarcia@bop.gov or by phone at 928-348-1368.
    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.
    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. This project requires the selected contractor to provide all necessary materials, labor, and equipment, with a timeline for commencement within 10 calendar days post-award and completion within 364 calendar days. The contract is set aside exclusively for small businesses under NAICS code 238220, with a budget estimated between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically by February 25, 2025, and are encouraged to attend a pre-bid conference on February 5, 2025. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Comprehensive Medical Services - FCI McKean
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Comprehensive Medical Services at the Federal Correctional Institution (FCI) McKean located in Lewis Run, Pennsylvania. The procurement aims to secure essential medical services for the correctional facility, emphasizing compliance with federal regulations and the importance of maintaining high standards of care and security. This contract includes a base year with multiple option years, and it is open to all offerors, including small businesses, highlighting the federal commitment to providing necessary healthcare within the correctional system. Interested parties must submit their proposals electronically by March 4, 2025, to the designated contact, Kristen Fisher, at kmfisher@bop.gov, ensuring adherence to the detailed submission guidelines outlined in the solicitation documents.
    FN1585-25 Engineer Services
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc. (UNICOR), is seeking qualified contractors to provide engineering services for the Federal Correctional Institution in Coleman, Florida, under solicitation number FN1585-25. The primary objective is to evaluate the dust collection system to ensure compliance with NFPA standards, which includes assessing current systems, drafting a report with findings, and recommending necessary repairs. This procurement is crucial for maintaining safety and regulatory standards within federal facilities, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their proposals by March 24, 2025, and are required to complete an NCIC background check form to attend mandatory site visits scheduled for January 28 and February 24, 2025. For further inquiries, contractors may contact Clarice Bailey at Clarice.Bailey@usdoj.gov or Linda Kerr at linda.kerr@usdoj.gov.
    FCI/FPC Loretto - Solid Waste Removal Services
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking market research for Solid Waste Removal Services at the Federal Correctional Institution (FCI) Loretto and the Federal Prison Camp (FPC) Loretto in Pennsylvania. The procurement involves a single award contract for one base year with four optional years, requiring contractors to manage the complete removal of solid waste from government-owned compactors while adhering to local, state, and federal regulations. This initiative is crucial for maintaining operational standards and compliance within correctional institutions. Interested contractors should contact Sarah Burke at sburke@bop.gov for further details, as the opportunity is categorized under NAICS code 562111, which applies to small businesses with annual revenues under $47 million.
    REPLACE MEDIUM VOLTAGE SWITCHGEAR AT FCC BUTNER
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the replacement of medium voltage switchgear at the Federal Correctional Complex in Butner, North Carolina. Contractors are required to provide all necessary materials, labor, and equipment in accordance with a detailed statement of work, with a project magnitude estimated between $25,000 and $100,000. This procurement is crucial for maintaining operational safety and efficiency within correctional facilities, emphasizing compliance with federal labor standards and safety regulations. Interested small businesses must submit their bids by March 24, 2025, at 2:00 PM EST, and can contact Broguen McKeown at bmckeown@bop.gov or Jeffrey Hayes at jx2hayes@bop.gov for further information.