EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Bureau of Prisons (FBOP) is soliciting proposals for a Firm Fixed-Price construction contract for the Emergency Repair and Replacement of the A/C System at the DCB Building within the Federal Correctional Complex (FCC) Victorville, CA. This is a 100% Total Small Business Set-Aside opportunity, with an estimated magnitude between $500,000.00 and $1,000,000.00. Proposals are due by February 3, 2026, at 11:00 AM Pacific Time.
Scope of Work
The project involves the complete removal of the existing A/C system for the DCB building and its replacement with a new system. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete the work in accordance with the attached Statement of Work and Drawings. The performance period is 324 Calendar Days from the issuance of the Notice to Proceed.
Contract & Timeline
- Type: Firm Fixed-Price Construction Contract
- Solicitation Number: 15BBNF26B00000004
- NAICS Code: 238220 (Small Business Size Standard: $19 million)
- PSC: Z2FF (Repair Or Alteration Of Penal Facilities)
- Estimated Value: Between $500,000.00 and $1,000,000.00
- Set-Aside: 100% Total Small Business Set-Aside
- Offer Due Date: February 3, 2026, 11:00 AM Pacific Time
- Published Date: January 23, 2026 (latest amendment)
Submission & Requirements
Bids must be submitted electronically as one combined PDF file to the JEFS APP BOX: https://jefs.app.box.com/f/4f5339f329bb4cafbd327d54a380fcc1. Required submission documents include SF-1442, a Commodity or Services Schedule, SF-24 Bid Bond, Representations and Certifications, and a Tracking Sheet. A Bid Bond (SF-24) is mandatory (20% of bid price, not to exceed $3,000,000; not required for bids $150,000 or less); a scanned copy must be included with the electronic submission, and the original mailed separately. Performance and Payment Bonds are required within 10 days of award. Offerors must be registered in SAM.gov as a small business for the applicable NAICS code. Personnel requiring access to the facility will undergo criminal history checks.
Amendments
Amendment 0002, posted January 23, 2026, incorporates previously omitted questions and responses from Amendment 0001. Vendors are responsible for reviewing all amendments and continuously monitoring SAM.gov for updates.
Contact
For questions, contact Patrick Ford at pford@bop.gov.