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 anticipates the need for a firm-fixed construction project titled "Replace Perimeter Detection System" at the Federal Correctional Institution Safford (FCI Safford) located at 1529 W Hwy 366 Safford, AZ 85546. The contractor will provide all necessary labor, equipment, materials, and related services to replace the existing fence alarm. This work shall be performed in accordance with the attached Statement of Work. Access to the statement of work attachment will require an active vendor registration at https://sam.gov as well as your Marketing Partner Identification Number (MPIN) associated with your same registration. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220.
A summary of the requirements is as follows:
New sensor cable shall be installed on and connected to the existing fence fabric. Contractor shall be responsible for installation and testing of the newly installed fence alarm systems and its related components. The contractor is responsible to obtain all permits required to provide this requirement.
1. The Perimeter Security Enclosures and other equipment shall be bonded to the existing buried ground conductor with a dedicated grounding conductor and all field splice boxes shall be installed on all signal wiring including spare conductors entering a building from the exterior. Sensor cable shall be installed and secured to the fence with section C.5.A.2 and C.14 of this statement of work as well as industry standards and relevant code. There shall be no splices on the sensor cable in between individual zones. There shall be no splices housed solely within the armored jacketing of the lead cable. All splices must be contained within a weatherproof coffin splice housing. The new fence alarm sensor cable shall be installed on the inner perimeter fence and the vehicle sallyport fence fabric.
2. Measurements indicated in this Statement of Work are estimated and it is the contractor’s responsibility to verify actual conditions. Furthermore, this work will include but not limited to the installation of an updated software, sensor cable, lead cable, tamper switch, vision boards, junction boxes, processor enclosures, sensor boards, relay boards, computer, HD wide screen touch screen monitor, keyboard and mouse, weather station, system server, and removal of the existing perimeter sensor cable from fence fabric. All work shall comply with industry standards and codes.
3. Brand name products are listed in this Statement of Work. The Federal Bureau of Prisons (FBOP) will accept an “or equal” product, but it must meet each individual requirement in the specification. Should your firm decide to submit an “or equal” product that is not the name brand listed, your firm must submit all technical data with their bid for technical examination. Should your product not meet the requirement as an absolute “or equal” product, you will be notified in writing that your bid will not be accepted.
Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $250,000.00 and $500,000.00. (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 June 11, 2025. 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.