U.S. Department of Justice Federal Bureau of Prisons FMC Lexington
May 21, 2025
(i) This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 15B10925Q00000044 This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03.
(iv) The NAICS for this requirement is 333415 with a small business size standard of 1,250 employees. This requirement is a total small business set-aside.
(v) 100 Ton Air Cooled Chiller. Quantity 1 Each
(vi) Type: Air-cooled, packaged chiller
Capacity: 100 nominal tons of cooling
Dimensions: Approx. 10’ -12’ ft (length) x 7-8 ft (width) x 8-9 ft (height)
Weight: Approx. 10,000 to 12,000 lbs
Construction: Weather-resistant cabinet suitable for outdoor installation
Compressor Type: Scroll compressors (multiple, staged operation)
Refrigerant: R-410A or equivalent environmentally compliant refrigerant
Heat Exchangers: Brazed-plate evaporator, air-cooled condenser with aluminum microchannel coils
Cooling Only: Chiller must operate solely as a cooling unit
Staging Capability: Multi-stage or variable capacity to optimize part-load efficiency
Integrated Controls: Factory-installed microprocessor-based control system with remote monitoring capabilities
Operating Range: Capable of operating in ambient temperatures up to 125°F
Power Supply: 460V/3-phase/60Hz
Sound Levels: Low-noise operation, ≤ 80 dBA at 10 feet
Cooling Capacity: 100 nominal tons (approx. 1,200,000 BTU/hr) at AHRI standard conditions
EER/IPLV: Meets or exceeds minimum ASHRAE 90.1 energy efficiency requirements
Flow Rate: Suitable for chilled water flows of approx. 240 GPM (2.4 GPM/ton)
Head Pressure Control: Variable-speed fans or equivalent head pressure management system for year-round operation
Certifications: AHRI Certified, ETL or UL listed
We will install and supplier will conduct startup.
One (1) Year parts & labor replacement warranty.
(vii) Must be delivered before or by June 30, 2025, to Federal Medical Center (FMC Lexington) located at 3301 Leestown Road, Lexington, Kentucky 40511. No delivery on holidays or weekends. You will provide delivery and freight with your submitted bid.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below. The Government intends to make a SINGLE award.
(1) Price - The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable;
(2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor
(x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, must be submitted with quote.
(xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Services, is applicable to this acquisition.
(xii) FAR 52.212-5 (DEVIATION), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(b)
X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712)
X 52.204-08, Annual Representations and Certifications.
X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328).
X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note)
X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
X (26) (i) 52.219-28, Post Award Small Business Program Re-representation (FEB 2024) (15 U.S.C. 632(a)(2)).
X (31) 52.222-3 Convict Labor (June 2003).
X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a).
X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
X (55) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513).
X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
(c) X (1)52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67).
X (2)52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(xiii) The selected Quoter must comply with the additional contract clauses and provisions
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-22 Alternative Line-Item Proposal
DOJ-02 Contractor Privacy Requirements (JAN 2022)
DOJ-05 Security of Department Information and Systems DOJ-05 (OCT 2023)
2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation)
52.232-18 Availability of Funds
52.249-4 Termination for Convenience of the Government (Services)(Short Form)(Apr 1984)
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Brett Miracle, Contract Specialist, by email to bmiracle@bop.gov.
(xiv) Not applicable to this solicitation.
(xv) The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on May 28th, 2025.
(xvi) Vendors shall submit quotes only to:
Brett Miracle, Contract Specialist, Email: bmiracle@bop.gov.
No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, quote sheet, clauses and provisions.
Quotes MUST be good for 30 calendar days after close.
All future information pertaining unto this solicitation, including amendments, will also be distributed solely through this site (SAM.gov). Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Quotes received after closing date will not be considered. Failure to provide required documents will result in the quote being eliminated from consideration.
Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Lexington) to respond. Questions must be submitted by email only. Please be sure to read the solicitation, quote sheet, clauses and provisions. If the answer is addressed in those documents, you will not receive a response.
The email address to send questions to are:
Brett Miracle, Contract Specialist, Email: bmiracle@bop.gov
“System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include:
- 52.222-25, Affirmative Action Compliance, and
- 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, paragraph (d).
Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”