Closed Solicitation · DEPARTMENT OF JUSTICE

    UPGRADE FIRE DETECTION SYSTEM AT FCI PHOENIX

    Sol. 15BFA025B00000044PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)GRAND PRAIRIE, TX
    Closed
    STATUS
    Closed
    closed Sep 2, 2025
    POSTED
    Aug 15, 2025
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    Z2FF
    Product & service classification

    AI Summary

    The Federal Bureau of Prisons is seeking contractors for a firm-fixed-price construction project to upgrade the fire detection system at FCI Phoenix. The project includes installation of a new fire alarm system, fiber optic network, and integration with existing systems. This opportunity is a 100 percent small business set-aside, and the estimated project cost is between $5 million and $10 million.

    Contract details

    Solicitation No.
    15BFA025B00000044
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 15, 2025
    Response Deadline
    September 2, 2025
    NAICS Code
    238210AI guide
    PSC / Class Code
    Z2FF
    Issuing Office
    FAO
    Primary Contact
    Krista Sua
    State
    TX
    ZIP Code
    75051
    AI Product/Service
    service

    Description

    THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION.

    The Federal Bureau of Prisons (FBOP) anticipates issuance of a solicitation for the award of a firm-fixed-price construction contract for a project entitled Upgrade Fire Detection System at the Federal Correctional Institution Phoenix (FCI Phoenix), located in Phoenix, Arizona.

    FCI Phoenix is a federal correctional facility located at 37900 N 45th Ave, Phoenix, Arizona 85086

    The project consists of the following but not limited to: 

    • New addressable, automatic and manual fire alarm system for each building. All buildings on site are part of the Scope of Work. The Contractor will provide detailed, engineered shop drawings, prepared as a delegated-design submittal, and sealed and signed by a qualified design professional (NICET Level 3 minimum or Licensed Professional Engineer).
    •  The new fire alarm system will be monitored and controlled using two new UL listed central monitoring and control workstation desktop computer connected to the new fire alarm system network. The Central Control Room will be the location of the primary workstation and used as an on-premise proprietary monitoring station.
    • Provide a new site Fire Alarm Network, using fiber optic cables. Fiberoptic cables shall be armored type (metallic protection), Single-Mode(SM). The existing SM fiber optic cable system on site will be used, however significant expansion is needed, including new underground conduit systems and new fiber optic cables to extend to new locations.
    • Initiating circuits will be Class A. Each floor will have a combination of manual pull stations and automatic detectors.
    • Notification circuits will be Class B. All areas must have complete notification appliance coverage throughout each building.
    • Mechanical units, including roof top units and fan coil units, will be interfaced with fire alarm system for fan shut down.
    •  All fire sprinkler system risers flow and tamper switches will be interfaced with the fire alarm system.
    • Post Indicator Valves (PIV) located on the exterior around the site will be interfaced with the fire alarm system. New underground conduit will be required for all PIV locations.
    • Kitchen Fire Suppression (Ansul) systems will be interfaced with the Fire Alarm System.
    • Programming and configuration of the fire alarm network, central monitoring and control workstation, fire alarm control units and all associated devices and equipment.
    • Testing, inspection and commissioning of the entire system and all associated devices and equipment.
    • New 20A, 120V circuit breakers and power branch circuits from existing power panelboards to supply FACU and NAC units in each building.
    • While there are some ceiling and side access panels and hatches available, the ceiling space is congested with existing utilities in many locations. Contractor will be responsible for cutting/patching of ceilings and walls will be required to install new conduit and wiring in existing ceiling spaces.
    • It is expected that hazardous material, including but not limited to, lead-based paints and asbestos will be present at the site. Contractor is responsible for avoiding disruptions to the hazardous material where possible. Where disruption is necessary, provide mitigation as required to complete the scope of work.
    • Many of the walls are CMU/Concrete construction which will require core drilled penetrations to run the new conduit system.
    • Certifications by Contractor’s design professional stating that the installation was completed based on the detailed shop drawings and meets all applicable Code requirements and regulations.

    • The NAICS code for this requirement is 238210 with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $5,000,000 and $10,000,000 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 solicitation will be available approximately on or about September 2, 2025.  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 www.sam.gov 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. To qualify for award, your business size metrics information entered in your 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.

      This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration).

    Key dates

    1. August 15, 2025Posted Date
    2. September 2, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    UPGRADE FIRE DETECTION SYSTEM AT FCI PHOENIX 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.