Attached is a solicitation package prepared by the Federal Bureau of Prisons, Field Acquisition Office, for the repair of the rear doors on Boilers #2 and #3 at FCI Oxford in Oxford, WI. The existing refractory in both boilers has substantial cracks, allowing main burner flame heat to penetrate and cause deterioration to the boiler’s outer surfaces. The existing refractory in both boilers has substantial cracks, allowing main burner flame heat to penetrate and cause deterioration to the boiler’s outer surfaces. The contractor shall provide all labor, materials, equipment, and services necessary to perform the repairs in accordance with the specifications. Work includes, but is not limited to: removing deteriorated refractory and insulation; welding new anchors; installing fiberglass forms; pouring and vibrating new refractory; installing new insulation, wire mesh, and speed washers; and applying spray insulation with rigidizer. The contractor shall ship, deliver, and furnish all required materials and equipment, perform installation per manufacturer specifications, and coordinate material/equipment storage with FCI Oxford staff. FCI Oxford staff will dispose of the removed refractory and insulation. Work will be performed on-site at FCI Oxford, with access via the institution’s approved routes and parking areas. After receiving Government approval,the contractor shall proceed with necessary repairs, which may include the replacement of damaged tubes or fittings. Following repair work, the contractor shall reassemble the boiler, perform a pressure test, and verify that all functions meet manufacturer specifications and safety standards. The contractor shall also ensure the system is fully operational and provide documentation confirming the completion and performance of the work.
B&F project 25Z4AA7 has been established for Repair Boiler Doors 2 and 3 at FCI Oxford. It is anticipated from time of award to completion of the project a performance period of 86 calendar days is required. The time frame allotted will allow adequate time for materials to be ordered and delivered on site, the work to be completed, the completion of punch list items, and demobilization of contractors and their equipment. This package contains all necessary information to submit a quote.
Site Visit: A site visit will be held at Federal Correctional Institution (FCI) Oxford, 350 Elk Avenue, Oxford, WI 53952, on Wednesday, August 27, 2025 at 9:00 am CDT. Attendance is strongly encouraged to inspect the work site and to clarify any questions regarding the Statement of Work. Criminal History Checks will be required for participants attending this conference. The authorization for release of information (Form BP-A0660 Criminal History Check, attached) shall be completed for each attendee and submitted to Dustin Steffen at dsteffen@bop.gov no later then August 20, 2025 at 12:00 pm CDT. Questions from the site visit will be due in writing and email to lbonner@bop.gov by Friday, August 29. Photo identification will be required on the day of the visit. Late or unregistered attendees will not be admitted. All visitors must comply with FCI Oxford’s security procedures.
The contract type will be Firm-Fixed-Price (FFP). The Government reserves the right to award to the responsible vendor(s) whose offer conforms to the solicitation and is considered most advantageous to the Government. The evaluation criteria will follow the Lowest Price – Technically Acceptable (LPTA) method, where price and technical acceptability will be evaluated equally.
Quoters should consider all information provided herein when submitting quotes. Please carefully follow all instructions located in the solicitation package concerning the content, format and submission of your quotes.
All potential quoters are advised that this solicitation includes the provision at FAR 52.204-7, System for Award Management (SAM), of this provision requires that all quoters doing business with the Federal Government to be registered in the SAM database. Quoters should include their Unique Entity Identifier (UEI) in their quotes. The Contracting Officer will verify registration in the SAM database prior to award by entering the potential awardees’ UEI into the SAM database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. For the purposes of this solicitation, all quoters SAM registration should include NAICS code 238220.
If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical
Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptacus.org.
Please ensure you review and complete the following sections of the solicitation:
1. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024)
3. Section 5.1 Quote Submission Requirements and Instructions.
Quotes shall be received on or before the deadline specified on Page 1, in Block 8 of the solicitation. Quotes shall be submitted electronically via email to lbonner@bop.gov in pdf format only and will be deemed received at the time as indicated on the email notification. Faxed and hand delivered quotes will not be accepted.
Please submit any questions you may have in writing no later than 1 week prior to the solicitation closing date. Questions may be submitted via email to lbonner@bop.gov.