Closed Solicitation · DEPARTMENT OF JUSTICE

    REPLACE FIRE PUMP- FCC TUCSON

    Sol. 15BFA025B00000034SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)GRAND PRAIRIE, TX
    Closed
    STATUS
    Closed
    closed Jul 23, 2025
    POSTED
    Jul 23, 2025
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    Z2FF
    Product & service classification

    AI Summary

    The Federal Bureau of Prisons is soliciting bids for a firm-fixed-price construction contract to replace the fire pump at the Federal Correctional Complex Tucson. The project includes demolition, installation of a new electric fire pump, and necessary modifications. This is a 100 percent small business set-aside, and interested vendors must be registered in SAM with the applicable NAICS code.

    Contract details

    Solicitation No.
    15BFA025B00000034
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 23, 2025
    Response Deadline
    July 23, 2025
    NAICS Code
    238220AI guide
    PSC / Class Code
    Z2FF
    Issuing Office
    FAO
    Primary Contact
    Krista Sua
    State
    TX
    ZIP Code
    75051
    AI Product/Service
    both

    Description

    BID ABSTRACT POSTED: 07/23/2025

    Amendment 0001 (Posted 07/08/2025):

    Attachement A: Meeting Minutes and Sign In Sheet

    Attachemnet B: Questions and Answers

    Attachment C: Photos 

    Attachment D: Updated Wage Determination AZ20250040 

    The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA025B00000034 for the award of a firm-fixed-price construction contract for a project entitled Replace Fire Pump at the Federal Correctional Complex Tucson (FCC Tucson), located in Tucson, Arizona. FCC Tucson is a federal correctional facility located at at 8901 South Wilmot Rd., Tucson, AZ, 85756.

    The FBOP intends to make a single award to a responsible entity that will provide all necessary labor, equipment, materials, and related services for the Replace Fire Pump project. This work shall be performed in accordance with the specifications and drawings.

    The project consists of the following:
    SCOPE OF WORK:
    Contractor shall completely prepare site, including demolition and removal of existing equipment, structures, and furnish labor and materials and perform work for removal of the existing diesel fire pump and replacement of the electric fire pump, including all necessary modifications to power supplies and equipment pads. The replacement electric fire pump will be a similar size to the existing fire pump, but its new controller will be equipped with a transfer switch, and a new jockey pump will also be installed, as shown on the attached drawings and specifications.
    The work includes, but is not limited to, replacing the electric fire pump controller with a controller that includes a transfer switch. The facility will be decommissioning the existing diesel engine-driven fire pump and the controller, jockey pump and controller fuel tank and venturi test meter. The fire pump system will be out of service during this time. The contractor shall provide a temporary fire pump while the existing pump is out of service. The temporary pump shall be an electrical driven pump on a flatbed truck and connected to the system with hard suction hose connected to the nearby fire hydrant and interfaced to the existing system piping. The temporary pump shall have integral controls for automatic starting upon system pressure drop. The existing fire pump is to remain in service while the temporary arrangement is fitted. The temporary fire pump shall be sized for sprinkler demands. Additional work includes modifications and upgrades to power supplies and equipment pads as necessary to accommodate the new fire pumps and associated equipment for a fully functioning and operating system.


    Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $500,000.00 and $1,000,000.00. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.)


    The North American Industrial Classification System (NAICS) code applicable to this requirement is 238220 with a corresponding small business size standard of $19 million. To be considered an interested vendor, you must possess this NAICS code in your System for Award Management (SAM) registration.

    This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business for the applicable NAICS code (see FAR provision 52.219-1 in the Representations & Certifications section of your sam.gov registration.
    The solicitation will be distributed solely through the Contract Opportunity website at https://www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions.


    The "Sensitive /Secure package Upload" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from www.sam.gov will be granted access. If your firm does not have the NAICS code listed in www.sam.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted access.  If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action.


    IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://www.sam.gov. In order to qualify for award, your business size metrics information entered in your www.sam.gov SAM registration must be less than or equal to the size standard specified above. Each bidder's www.sam.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their www.sam.gov registration and update as necessary, including the size metrics information.


    SITE VISIT (See Instructions to Bidders Attachment):

    An organized site visit has been scheduled for- Tuesday, July 1, 2025 at 10:00 A.M., Local Time
    Participants will meet at--9300 South Wilmot Road, Tucson, AZ, 85756 (FCC Tucson)

    ELECTRONIC BID SUBMISSION & BID OPENING (See Instruction to Bidders Attachment):


    SPECIAL INSTRUCTIONS PERTAINING TO ELECTRONIC BID SUBMISSION (FAR 14.302 AND 14.304) Electronic copies of bids, Representation and Certifications, Standard Form 24, and Bid Bond, shall be submitted through the JEFS APP BOX at link below: https://jefs.app.box.com/f/9661c3dc52b74975ad52048f209c7a7d

    Key dates

    1. July 23, 2025Posted Date
    2. July 23, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REPLACE FIRE PUMP- FCC TUCSON is a federal acquisition solicitation issued by DEPARTMENT OF JUSTICE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.