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, specifically 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 entails the provision of all labor, materials, and incidentals necessary to replace two existing chillers with new 400-ton centrifugal chillers, including demolition, installation, and startup services. This procurement is crucial for maintaining the facility's operational efficiency and compliance with safety standards. Bids are due electronically by May 20, 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 by phone at 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.
    This document contains an abstract of offers related to the replacement of chillers at the United States Penitentiary in Lewisburg, issued by the Federal Bureau of Prisons. It outlines a solicitation for construction bids, citing the solicitation number, issuance date, and project title. The document summarizes bids received from various contractors, including RLS Construction Company and McKenzie Construction, with specified unit prices and estimated amounts for the work proposed. The lead official's name, Joshua Cortez, is included as the certifying agent who acknowledges the receipt of offers. The abstract also captures the conditions for bid security and amendments acknowledged by the bidders. Additional details such as quantities and pricing of items are presented, along with the government's estimate for contract value, indicating a clear framework for evaluating bids. This document is part of a federal RFP process aimed at ensuring oversight, competitiveness, and transparency in government-funded projects.
    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
    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 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.
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    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.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    FCI Pekin - Replace Boilers & Controls
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project entails the removal of existing boilers and associated systems, installation of new boilers and controls, and ensuring proper integration with existing systems, with a performance period of 120 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and the solicitation is expected to be available around January 7, 2026. Interested contractors should monitor the Contract Opportunity website at https://sam.gov for updates and ensure their registration in the System for Award Management (SAM) is current, as all submissions must comply with the small business size standard of $19 million for the applicable NAICS code 238220.
    Emergency Replace Refrigerant Units- FCC Victorville
    Justice, Department Of
    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 refrigeration units at the Federal Correctional Complex (FCC) in Victorville, California. The project entails providing all necessary equipment, labor, materials, and incidentals to replace four large condensing ground units and fourteen evaporator coils with five remote condensing units and fourteen evaporative coils located behind the food service outside warehouse. This procurement is critical for maintaining operational efficiency and safety within the correctional facility. The estimated project value ranges between $250,000 and $500,000, with a performance period of 163 calendar days from the notice to proceed. Interested small businesses must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov or Kimberly Johnson at knjohnson@bop.gov for further information.
    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 the contractor 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 contractors must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov for further information.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    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.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.