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 PRE-SOLICITATION SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT 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.
Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Kevin Slone at kslone@bop.gov. Responses must be received no later than September 12, 2025. Interested vendors must also add their names to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your account).
The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled Emergency Surface Blowdown Heat Recovery/DA Controls, at the Federal Correctional Institution (FCI) Milan, located in Milan, Michigan.
FCI Milan is federally owned facility located at 4004 East Arkona Road, Milan, MI 48160. The project consists of the following:
Summary by References: Work of Contract can be summarized by reference to the conditions of the Contract, corresponding to specification sections, drawings and other documents bound herewith, addenda and modifications to the Contract Documents issued subsequent to the initial solicitation, and including, but not necessarily limited to, printed matter referenced by any of these.
All work described in these documents and all work necessary to complete the work as described or shown is to be executed in a thoroughly substantial and workmanlike manner. All work shall be done by persons who are thoroughly experienced in their particular trade or craft. The work includes, but is not necessarily limited to the following description:
Contractor will provide a temporary Surge/Deaerator System in order to maintain continuous steam service to FCI Milan. The furnishings of this system will include all piping, valves, tie in points, and chemical treatment to include the labor for installation and removal of the system.
Contractor will remove the existing combined surge and deaerator tank from the Central Utility Plant and dispose of the tank properly. Contractor is to provide all equipment, materials and labor force necessary to remove.
Contractor will provide a two-tank system. Stainless Surge tank and a D/A System in order to maintain continuous steam service to FCI Milan. The furnishing of this system will include all schedule 80 piping, forged fittings, valves, tie in points, controls, wiring, and labor for installation.
The replacement pressurized Deaerator, 45,000 lbs./hr., and 5,400 net gallons per hour. The tank will be constructed with A36 carbon steel. The unit will be constructed on an elevated stand to include three (3) boiler feed water pumps with a discharge pressure of at least 200 p.s.i. Two (2) existing pumps will be re-used, and one (1) new pump will be added by contractor. The new pump will be a Grundfos, type CR15-07 A-GJ-A-E-HQQE, model A96523618P117320001 or equal to. The deaerator will be a horizontal stand-alone unit separate from the surge tank. New stand to be constructed by contractor.
The D/A Tank stand will be constructed in the following manner. Surge tank stand will be constructed of 4”x4” tube steel, 94” inches from floor to top of stand. The stand will be 82” inches wide, and 82” inches deep, to be measured to the outside of the tube steel. The bottom of the stand will be 9” inches off the floor to the top of the 3” angle iron. There will be a fabricated pump base for the pumps to be mounted on.
The Deaerator will be required to be a spray style system with steam supply for the function of removing the oxygen from the boiler feed water.
Deaerator controls will control and alternate three (3) boiler feed pumps, vsd 208 volts sequence pumps according to load. Hand-off auto control for each pump. Control up to two make up valves. A 4-20 ma control signal will be sent to modulate the valves. Monitor pump status. Control one (1) overflow valve.
D/A tank will monitor the following points:
- Pump header pressure.
- Tank temperature
- Pressure
- Level
- Steam inlet pressure
- Make up water flow and total.
The Surge tank will be a receiver constructed of 316L stainless steel on a elevated stand. New stand to be constructed by contractor. The surge tank will be located approximately 40 feet away from the D/A tank, along the same wall, inside the same room. The tank will have a minimum capacity of 940 gallons or better. The stand will have two (2) new transfer pumps, 45 psi, 208-volt VSD. Taps for two (2) more feed water pumps that shall be moved from the old D/A equipment to the new rack. The tank will have a 316L stainless diffuser tube or better. A 4-20ma control signal will be sent to modulate the valves. Monitor pump status. Control one (1) overflow valve.
The surge tank stand will be constructed of 4”x4” tube steel, 66” inches from floor to top of stand. The stand will be 120” inches wide, and 48” inches deep, to be measured to the outside of the tube steel. The bottom of the stand will be 9” inches off the floor to the top of the 3” angle iron. There will be a fabricated pump base for the pumps to be mounted on.
Surge tank will monitor the following points:
- Pump header pressure.
- Tank temperature
- Level
- Make up water flow and total.
The Surge tank will also have the capability to be utilized to by-pass the deaerator tank to provide feed water to the boilers during an inspection or failure of the deaerator tank vessel as necessary. Deaerator will also have the capability to by-pass surge tank during an inspection or failure. This will insure redundancy in the feed water system.
The current surface blow down heat recovery is a Cleaver Brooks model BHR-9M and the replacement shall be equal to or better. The current unit shall be removed and replaced by a 316L stainless steel heat exchanger, housing and re-piped to surge tank. A 4-20ma control temp transmitter or better will monitor temps during low water flow.
Contractor will be responsible for a third-party inspection by a certified boiler inspector and provide all documentation throughout the service.
See the Statement of Work/Specifications attachment for the complete requirements for the project.
Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov.
Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000 (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 North American Industrial Classification System (NAICS) code applicable to this requirement is 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a corresponding small business size standard of $19 million. To be considered an interested vendor, you must possess this NAICS code in your https://sam.gov registration.
Interested bidders must be registered in https://sam.gov.
The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration). Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Kevin Slone at kslone@bop.gov. Responses must be received by September 12, 2025. Interested vendors must also add their name to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your vendor account).