Replace Chillers - USP Lewisburg
ID: 15BFA025B00000007Type: Solicitation
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 chillers at the United States Penitentiary (USP) in Lewisburg, Pennsylvania. The project involves the complete provision of labor, materials, and equipment necessary to replace two existing chillers with new 400-ton centrifugal chillers, including demolition, installation, and startup services. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with federal standards. Bids are due electronically by May 16, 2025, at 12:00 PM PST, and interested contractors must be registered as small businesses in the System for Award Management (SAM) to qualify. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or call 623-465-5130.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for constructing the replacement of chillers at the United States Penitentiary in Lewisburg, Pennsylvania. Issued by the Federal Bureau of Prisons, the solicitation number is 15BFA025B00000007, dated April 15, 2025. Contractors are invited to submit sealed bids, with a performance period running from the award date, which mandates completion in 364 calendar days. The project includes providing all necessary materials, labor, and equipment, and adherence to a Statement of Work and detailed project drawings. Contractual obligations include the submission of performance and payment bonds within ten days of the award, as specified in the Special Contract Requirements section. The estimated magnitude of the project ranges between $500,000 and $1,000,000. The document also emphasizes compliance with safety standards, submission of required documentation, and conducting monthly progress meetings. Other contractual clauses cover insurance provisions, subcontractor engagement, and adherence to federal labor standards. This solicitation illustrates the government’s commitment to ensuring quality construction services while maintaining compliance and safety standards in federal projects.
    The document outlines an amendment to a solicitation issued by the Federal Bureau of Prisons. The primary purpose of this amendment is to correct the bid submission due date specified in the original solicitation form (SF 1442). The incorrect date of "May 14, 2026" has been amended to "May 16, 2025," although the time for receipt of bids will remain unchanged. It is emphasized that offerors must acknowledge receipt of this amendment in one of several specified formats prior to the deadline to avoid potential rejection of their offers. Additionally, contractors have the option to modify existing offers by submitting changes through letters or electronic communication, referencing the solicitation and amendment numbers. The document reinforces that all other terms and conditions of the original solicitation remain unchanged and in effect, ensuring clarity regarding the amendment's implications for prospective bidders.
    The document outlines an amendment to a solicitation for the replacement of chillers at USP Lewisburg under contract number 15BFA025B00000007. It specifies the acknowledgment methods for the amendment, indicating that failure to acknowledge may result in offer rejection. Key updates include incorporation of pre-bid conference materials, responses to contractor inquiries, and an extended bid submission deadline to May 20, 2025. The document serves to clarify essential requirements and timelines for contractors, emphasizing the importance of familiarity with the unique correctional environment. It details submission requirements, including forms and bid guarantees, and outlines operational procedures, safety protocols, and project specifications such as work hours, payment requests, and contract conditions. Clarifications from contractors regarding equipment specifications, service-side requirements, and other logistics are included to ensure all parties are aligned on expectations and obligations. The document reinforces compliance with regulations like the Davis-Bacon Act and mandates communication protocols for contractors within the secure facility. Overall, it is a critical resource for contractors participating in this federal procurement process, ensuring adherence to guidelines and promoting transparency in project execution.
    This document serves as Amendment 0003 to a federal solicitation, aimed at addressing typographical errors and confirming specific submission details for bidders. The primary purpose of this amendment is to correct the incorrect statement from Amendment 0002, which mistakenly listed the bid submission deadline as "Monday, May 20," when the accurate day is "Tuesday, May 20." Despite this typographical correction, the original submission deadline remains unchanged: bids are still due on Tuesday, May 20, at 12:00 PM Pacific Standard Time (PST). Offerors must acknowledge receipt of this amendment by specific methods, including direct communication stating the solicitation number and the amendment. Failure to acknowledge receipt may result in the rejection of offers. This amendment ensures continued clarity and compliance in the bidding process while maintaining unchanged terms and conditions outlined in previous documents.
    The document is the Standard Form 24, used as a bid bond in federal procurement processes. It is a legal agreement where the Principal and Surety(ies) commit to financial liability for a specified penal sum in support of a bid submitted to the U.S. Government. Key elements include the identification of parties involved, the conditions under which the bond becomes void, and the implications of any extensions granted for bid acceptance. The Surety agrees to uphold the bond even if the bid acceptance period is extended, provided it does not exceed 60 days. The form also outlines requirements for corporate sureties, including appearing on the Department of the Treasury's approved list and having defined liability limits. Additionally, there are specific signing instructions for individuals and corporations, emphasizing the need for authority verification for representation. Overall, the form is essential for facilitating accountability and financial security in federal contracting, reinforcing the integrity of the bidding process.
    The document is an authorization form for a Criminal History Check by the U.S. Federal Bureau of Prisons (BOP). It requires applicants to consent to the retrieval of their criminal history information as a prerequisite for entry or service at BOP facilities, including roles for volunteers or contractors. Key sections include the collection of personal data such as name, address, social security number, and physical characteristics. The Privacy Act Notice elaborates on the legal authority for collecting this information, its intended uses—primarily to assess eligibility for federal employment and security clearance—and the implications of failing to provide complete information, which could result in denial of access or employment. The document also includes a Spanish version to assist non-English speakers in understanding the requirements. This emphasizes the BOP's policy of ensuring a secure environment through thorough vetting while adhering to privacy regulations.
    The document outlines a government Request for Proposals (RFP) for the replacement of chillers at the United States Penitentiary in Lewisburg, Pennsylvania, issued by the Federal Bureau of Prisons. The solicitation number is 15BFA025B00000007, with an issue date of April 15, 2025, and bids are due electronically by May 16, 2025, at 12:00 p.m. PST. Key requirements for bidding include registration in the SAM system to meet small business standards, submission of specific forms including the SF-1442 and Bid Bond, and acknowledgment of any amendments. A pre-bid conference is scheduled for April 29, 2025, where attendance entails a criminal history check. Bidders must submit Past Performance Information and bank references, with a deadline coinciding with the bid opening. Electronic bids must be submitted via the provided link, with strict guidelines for formatting. A virtual bid opening will occur on the due date, with contact information for inquiries provided. The primary purpose of this RFP is to solicit bids from small businesses to ensure compliance and responsible use of federal funds for government contracting, reflecting the emphasis on thorough vetting for contractor capability and credibility in federal acquisitions.
    The file addresses the federal government’s master plan for enhancing state and local RFPs (Requests for Proposals) and grants. The main objective is to streamline the application process for federal funds while ensuring compliance with regulatory standards. Key points include the necessity for clear guidelines on eligibility, application procedures, and evaluation criteria—ensuring fairness and transparency in funding allocation. The document emphasizes collaboration among federal, state, and local agencies to improve communication and support for applicants throughout the proposal process. It suggests utilizing technology to facilitate submissions and tracking of applications, thereby reducing processing times. Special attention is given to promoting inclusivity, encouraging participation from diverse communities, including small businesses and minority-owned enterprises. Further, the file highlights regulatory obligations for environmental considerations and socio-economic impacts, which applicants must address in their proposals. The culmination of these strategies is aimed at maximizing the effectiveness of federal funding initiatives, fostering economic growth, and improving public services while adhering to set standards. This document serves as a framework to guide future allocations aimed at improving infrastructure and community services through a well-defined, accessible, and transparent funding process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Replace Chillers & Cooling System at FCC Tucson
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the chillers and cooling system at the Federal Correctional Complex in Tucson, Arizona. The project involves the complete removal of existing equipment, including three centrifugal chillers and a cooling tower, and the installation of new high-efficiency units, along with necessary structural and electrical modifications. This upgrade is crucial for enhancing the facility's cooling infrastructure, ensuring compliance with safety and operational standards in a correctional environment. Interested contractors must submit their electronic bids by May 20, 2025, and are required to be registered as small businesses in SAM.gov, with an estimated project value between $1 million and $5 million. For further inquiries, contact Krista Sua at kxsua@bop.gov.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract for the replacement of the perimeter fence at the Federal Correctional Institution in Loretto, Pennsylvania. The project entails the complete replacement of approximately 7,580 linear feet of 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 procurement is crucial for maintaining the security and integrity of the correctional facility, and it is set aside exclusively for small businesses, with an estimated project magnitude exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be available around May 26, 2025; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Perimeter Fence Replacement at FCI McKean
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract for the replacement of the perimeter fence at the Federal Correctional Institution (FCI) McKean in Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of inner and outer perimeter fencing, including associated components such as line posts, fence fabric, razor ribbon, gates, and concrete walkways. This initiative is crucial for enhancing the security infrastructure of the correctional facility, with an estimated project magnitude exceeding $10 million. Interested contractors must be registered as small businesses in the System for Award Management (SAM) and can expect the solicitation to be available around May 26, 2025. For further inquiries, potential bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Elevator Modernization- FDC Philadelphia
    Buyer not available
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Elevator Modernization project at the Federal Detention Center (FDC) in Philadelphia, Pennsylvania. The project involves overhauling four existing passenger elevators, requiring contractors to provide all necessary equipment, labor, materials, and incidentals, with a performance period of 875 calendar days. This modernization is crucial for maintaining operational efficiency and safety within the correctional facility. Interested small businesses must submit their bids electronically by May 26, 2025, at 10:00 AM PST, and are required to be registered in SAM.gov to qualify for the contract, which has an estimated value between $1,000,000 and $5,000,000. For further inquiries, potential bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Z--REPLACE CHILLER AT AM1201 FMO
    Buyer not available
    The Department of the Interior, National Park Service, is soliciting quotes for the replacement of a chiller system at the Fire Management Office located in Sequoia National Park, California. The project entails the complete management of the replacement process, including demolition of the existing chiller, installation of the new unit, and training of staff on its operation and maintenance, while ensuring minimal disruption to park operations. This procurement is set aside for small businesses, with an anticipated contract value between $100,000 and $250,000, and proposals are due by June 4, 2025, at 12:00 PM PST. Interested contractors must direct inquiries to Brian Roppolo at brianroppolo@nps.gov and ensure compliance with all federal regulations and submission requirements.
    Comprehensive Medical Services Pre-Solicitation - FCC Allenwood
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Complex in Allenwood, Pennsylvania. The procurement aims to secure a range of medical services, including inpatient and outpatient care, skilled nursing, and outpatient institution services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four optional renewal years, with estimated service quantities outlined for each year. Interested contractors must monitor the official U.S. Government contract opportunities website for the solicitation, expected to be released on or about May 12, 2025, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Kristen Fisher at kmfisher@bop.gov or call 570-522-7532.
    Server Room Chiller Service
    Buyer not available
    The U.S. Consumer Product Safety Commission (CPSC) is seeking qualified contractors to provide chiller service for its server room located in Rockville, Maryland. The procurement involves quarterly servicing of a VERTIV air-cooled chiller, which includes a comprehensive maintenance checklist covering various components such as the blower section, condenser, glycol pump, and refrigerant cycle. This service is critical for maintaining the operational integrity of the cooling infrastructure within a federal facility, ensuring compliance with federal regulations and operational standards. Interested contractors must submit their quotes via email to Felecia Pritchett by May 27, 2025, at 2:00 PM Eastern Standard Time, with quotes remaining valid through September 22, 2025. For inquiries, contact Felecia Pritchett at fpritchett@cpsc.gov or call 301-504-6979.
    Replace FPC/Mesa/Warehouse Freezers/Coolers
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking a contractor to replace refrigeration units at the Federal Correctional Institution in Phoenix, Arizona. The project entails the removal and installation of three combo freezer/cooler units and one additional freezer in the Food Service Warehouse, with a focus on safely handling refrigerants and ensuring compliance with federal safety regulations. This initiative is crucial for maintaining operational efficiency in food services while adhering to high safety and security standards. Interested contractors can contact Anne Bradley at abradley1@bop.gov or by phone at 771-474-6749 for further details.
    COMPREHENSIVE MEDICAL SERVICES - USP LEE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the United States Penitentiary located in Pennington Gap, Virginia. The procurement aims to secure an indefinite delivery/requirements contract for non-personal healthcare services, including inpatient and outpatient facility and physician services, with a focus on maintaining high-quality care for a diverse inmate population. Proposals are due by June 5, 2025, and must comply with strict submission guidelines, with evaluations based on technical approach, past performance, and pricing. Interested parties should direct inquiries to Jefferson Gregory at J2gregory@bop.gov or call 304-626-2500 ext. 1228 for further information.
    FCI Gilmer - Plumbing Parts for Commercial Refrigeration Equipment
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified vendors to provide plumbing parts for commercial refrigeration equipment at FCI Gilmer in Glenville, West Virginia. This procurement involves a Request for Quotation (RFQ) for various essential plumbing supplies, including copper tubing, brazing alloys, and insulation components, with specific measurements and quantities outlined in the solicitation. These materials are critical for maintaining and upgrading the facility's refrigeration systems, ensuring compliance with safety and operational standards. Interested small businesses, including service-disabled veteran-owned enterprises, must submit their bids via email to Jessica Hutchison at j2hutchison@bop.gov by 4:00 p.m. on May 23, 2025, with all submissions requiring active registration in the System for Award Management (SAM) and completion of the Standard Form 1449.