Replace HVAC Andover System - USP Canaan
ID: 15BFA024B00000024Type: Presolicitation
Overview

Buyer

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

NAICS

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

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 a firm-fixed-price construction contract to replace the HVAC Andover system at the United States Penitentiary in Canaan, Pennsylvania. The project involves replacing the existing building automation HVAC control system to enhance controllability, reliability, and functionality, while maintaining the existing HVAC equipment. This procurement is crucial for ensuring the operational efficiency of the facility's climate control systems, with an estimated project value between $250,000 and $500,000 and a performance period of 252 calendar days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and submit their bids electronically by November 12, 2024, with a pre-bid site visit scheduled for October 22, 2024. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a federal solicitation, specifically addressing the acknowledgment of the amendment by potential contractors. It outlines the importance of acknowledging receipt before the specified deadline to avoid offer rejection. Contractors may submit changes to their offers via letter or electronic communication if received before the submission deadline. Additionally, the amendment revises the schedule under a specific provision concerning site visits for a construction project, with a new deadline for submitting questions set to October 25, 2024. The document confirms that other terms and conditions remain unchanged, highlighting the structured nature of government communications regarding contract solicitations. The agency administering the solicitation is the Federal Bureau of Prisons, based in Grand Prairie, TX. Overall, this amendment is a key procedural notice ensuring clarity and compliance in the bidding process for government contracts.
    The document presents the Standard Form 24, a bid bond required for federal contracts, detailing the obligations of the Principal (the bidder) and Surety(ies). The bond secures the government's interest in the event that the Principal fails to enter into a contract after a bid acceptance. Key elements include the requirement for the Principal to confirm their bid acceptance, sign contractual documents, and provide necessary bonds within specified timeframes. If default occurs, the Surety agrees to cover the costs exceeding the bid amount up to the penal sum indicated in the bond. There are instructions concerning corporate sureties, including their requirements for approval and limitations, as well as guidance for individual sureties to submit additional supporting documents. The purpose of the bond is to safeguard the government's investment in proposed projects related to construction, supplies, or services, ensuring compliance and financial responsibility. This form is critical in the context of government RFPs, as it underpins the accountability of bidders and the financial backing needed to proceed with contract awards.
    The document details the authorization process for criminal history checks required by the U.S. Department of Justice's Federal Bureau of Prisons for individuals seeking entry or service in Bureau facilities. The authorization form necessitates personal information such as name, address, social security number, date of birth, and physical characteristics, which must be completed accurately to avoid denial of entry or volunteer/contract status. The collected information serves several purposes, including determining fitness for federal employment and security clearance. The document also emphasizes the voluntary nature of providing this information, while cautioning that failing to comply could impact employment opportunities or contractual service eligibility. Additionally, a Spanish-language template is provided to assist non-English speakers in completing the form, reinforcing the Bureau's commitment to inclusivity. The form is aligned with federal privacy laws and regulations governing the collection and use of personal information.
    The document outlines a Request for Proposal (RFP) from the U.S. Department of Justice, Federal Bureau of Prisons, for replacing the HVAC Andover system at the U.S. Penitentiary in Canaan, Pennsylvania. It specifies the solicitation number, bid submission details, and final bid due date, which is set for November 12, 2024. The RFP is exclusively reserved for small businesses, which must be registered in the System for Award Management (SAM). Key submission requirements include various forms such as the SF-1442, Commodity or Services Schedule, and a Bid Bond, alongside certain past performance and banking inquiries. A pre-bid conference is scheduled for October 22, 2024, which is not mandatory but requires advance security checks for attendance. The bidders have until October 24, 2024, to submit any questions regarding the proposal. Additionally, the document details the electronic submission process, emphasizing that paper submissions will not be accepted. The bid opening will take place virtually, reinforcing the importance of timely electronic submissions and compliance with specified formats and requirements. The focus is on ensuring that contractors are financially responsible and capable of completing the project, thereby safeguarding government funds in awarding federal contracts.
    The document outlines a solicitation for bids related to the replacement of the HVAC Andover System at the United States Penitentiary in Waymart, PA. Issued by the Federal Bureau of Prisons, the request emphasizes that the selected contractor must provide all necessary labor, materials, and equipment to complete the project according to specified drawings and a Statement of Work. The performance period is set for 252 calendar days following the notice to proceed, with mandatory performance and payment bonds required within 10 days after award. The project, with an estimated cost between $250,000 and $500,000, incorporates a detailed schedule, insurance requirements, and outlines various clauses and special requirements for contractors, including safety protocols and insurance coverage compliance. The solicitation structure includes sections for the offer, terms and conditions, and required documentation for the bidding process while providing a comprehensive overview of the contract requirements to ensure contractor accountability and adherence to federal standards in construction projects. This RFP exemplifies the federal government’s commitment to maintaining its facilities while ensuring contractors meet high operational standards and compliance with laws and regulations.
    The document outlines General Decision Number PA20240072 for the Wayne County building construction projects in Pennsylvania, emphasizing compliance with the Davis-Bacon Act and relevant Executive Orders regarding wage regulations. It stipulates that contracts entered into after January 30, 2022, require contractors to pay a minimum wage of at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document delineates various craft classifications, their corresponding wage rates, and fringe benefits, detailing employer obligations under federal regulations. Additionally, it discusses the process for appealing wage determinations and highlights the need for contractors to submit conformance requests for unlisted classifications necessary for project execution. This comprehensive wage determination serves as a critical reference for contractors involved in federal projects, ensuring adherence to wage standards and worker protections. Overall, it reinforces federal labor standards and the necessity of equitable compensation for workers in the construction industry.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Chillers - USP Lewisburg
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is planning to issue a solicitation for a firm-fixed-price construction contract to replace chillers at the United States Penitentiary (USP) in Lewisburg, Pennsylvania. The project involves the complete replacement of two existing chillers with new 400-ton centrifugal chillers, including all necessary labor, materials, and incidentals, with a performance period of 364 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 November 8, 2024; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or 202-598-6039.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    Construct Freezer/Cooler Bldg. 5754 - FCI Fort Dix
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is planning to issue a solicitation for a firm-fixed-price construction contract to construct a new freezer and cooler building at the Federal Correctional Institution (FCI Fort Dix) in New Jersey. The project entails providing all necessary labor, materials, and equipment to build an exterior walk-in freezer and cooler adjacent to the Food Service Warehouse Building 5754, with a performance period of 182 calendar days from the notice to proceed. This construction is crucial for enhancing the facility's food storage capabilities, and the estimated project value is between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around November 8, 2024; for further inquiries, they can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Chiller Repair - FMC BUTNER
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract for chiller repair at the Federal Medical Institution (FMC) in Butner, North Carolina. The project entails providing all necessary equipment, materials, and labor to complete the required work, with a performance period of 280 calendar days from the notice to proceed. This repair is crucial for maintaining the operational integrity of the facility, which serves as a medical center for federal inmates. The solicitation is expected to be available around November 13, 2024, with an estimated project value between $250,000 and $500,000. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Kimberly Johnson at knjohnson@bop.gov or by phone at 202-598-6059.
    SV0164-24 VAV Boxes
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking proposals for the procurement and installation of Variable Air Volume (VAV) boxes at its Central Office in Washington, DC, under solicitation number SV0164-24. This opportunity is specifically set aside for small businesses and involves the installation of 56 Delta controls BACnet VAV controllers, along with necessary components such as transformers, sensors, and wiring, to enhance operational efficiency within the facility. Proposals must be submitted by November 22, 2024, following a mandatory site visit on October 29, 2024, and all interested offerors are required to register on SAM.gov and comply with federal regulations. For inquiries, potential bidders can contact Joshua Hassler at joshua.hassler2@usdoj.gov by November 4, 2024.
    Pine Knot Job Corps HVAC Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide HVAC replacement services at the Pine Knot Job Corps Civilian Conservation Center in Kentucky. The procurement involves replacing HVAC systems in two key buildings: the WPO Conference and the Washington Dormitory, with contractors required to manage all aspects of the project, including demolition and installation of new systems. This initiative is part of the government's commitment to upgrading infrastructure within federal training programs, ensuring compliance with modern standards and enhancing occupant comfort. Interested contractors must submit their quotations by 9:00 AM EDT on November 1, 2024, following a site visit scheduled for October 28, 2024, and can direct inquiries to Ian Barnes at Ian.Barnes@usda.gov.
    Sources Sought - Design/Build HVAC Replacement at Tulsa Job Corps Center
    Active
    Labor, Department Of
    The Department of Labor, through the Office of Job Corps, is seeking qualified contractors for a design/build project to replace the HVAC systems at Building A of the Tulsa Job Corps Center in Oklahoma. The project involves the replacement of existing HVAC components, including chillers, cooling towers, and a Building Management System, with an estimated construction value ranging from $1,000,000 to $5,000,000. This initiative is crucial for maintaining a safe and comfortable environment for Job Corps participants and staff, emphasizing the importance of efficient HVAC systems in public facilities. Interested small businesses must demonstrate relevant experience and financial capability, with responses due by November 5, 2024. For further inquiries, contractors can contact Teena Glasper at glasper.teena.r@dol.gov or Emily M. Giardino at Giardino.Emily.M@dol.gov.
    Repair of Powerhouse Boilers 2 & 3 at FCI Herlong
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the repair of Powerhouse Boilers 2 and 3 at the Federal Correctional Institution in Herlong, California. The project requires the contractor to provide labor, materials, and equipment to rebuild and repair two hot water boilers, including the replacement of combustion heads and repair of damaged refractory. This initiative is crucial for maintaining the operational integrity of federal facilities, ensuring compliance with safety and construction standards. Interested contractors must register as small businesses on SAM.gov and submit their bids electronically by November 15, 2024, with a pre-bid conference scheduled for October 29, 2024. For further inquiries, contact Krista Sua at kxsua@bop.gov.
    FCI Oxford- Replace Roofs Phase III
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for the "Replace Roofs Phase III" project at the Federal Correctional Institution (FCI) in Oxford, Wisconsin. This project involves the removal and replacement of approximately 135,500 square feet of roofing, including asbestos abatement and the installation of a new insulated polyurethane foam roof system, with a completion timeline of 525 calendar days post-award. The project is a critical infrastructure improvement aimed at ensuring the safety and functionality of the facility's roofing systems. Interested small businesses must submit their bids electronically by November 27, 2024, and are encouraged to attend a pre-bid site visit on November 6, 2024. For further inquiries, bidders can contact Kevin Slone at kslone@bop.gov or by phone at 202-578-8617.
    J--IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge in Illinois. The BPA will cover a five-year period, from November 11, 2024, to November 10, 2029, and includes routine maintenance, repair, and diagnostics for HVAC systems at the Headquarters and Visitor Center, with mandatory biannual service visits to ensure operational efficiency and compliance with manufacturer standards. Interested contractors must conduct a mandatory site visit to assess the HVAC conditions before submitting their proposals, which are due electronically by November 1, 2024. The BPA has a maximum limit of $250,000, and proposals will be evaluated based on technical capability and past performance, with compliance to federal regulations being a critical factor. For further inquiries, potential bidders can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.