THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.
PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.
The Federal Bureau of Prisons is conducting market research in accordance with Federal Acquisition Regulation, Part 10. A single solicitation will be issued for the project Upgrade Fire Detection System at FCI Phoenix. The Federal Bureau of Prisons (FBOP), Federal Correctional Institution (FCI Phoenix) located at 37900 N 45th Ave, Phoenix, Arizona 85086, intends to make a single award to a responsible entity that will provide all necessary labor, equipment, materials, and related services to the Upgrade Fire Detection System project. This work shall be performed in accordance with the specifications.
SCOPE OF WORK
- The work included in this contract includes but is 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. Fiber optic 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.
Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $5,000,000.00 and $10,000,000.00. (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 238210 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.
Interested bidders must be registered in www.sam.gov.
The FBOP is seeking small business contractors for this project. Interested small business contractors are requested to respond to this notice by filling out and emailing a completed questionnaire attachment (see attached) to Krista Sua at kxsua@bop.gov. Responses must be received no later than August 13, 2025 by 11:00 A.M., PST. Interested contractors are also requested to respond to this notice by adding their business names to the Interested Vendors List for this posting in https://sam.gov (must be logged in to your vendor account). Please add your business name only if you are interested in submitting a bid as a Prime contractor and are capable and eligible to compete for and perform this project. This notice is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of the project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of contract with subcontractors.
The pre-solicitation synopsis (to be posted at a later date) will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor https://sam.gov for all future updates.