Install Water Softener and Hot Water Heaters at FCI Mendota
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 the installation of one new water softener and twelve tankless domestic hot water heater systems at the Federal Correctional Institution (FCI) Mendota, California. This is a Firm Fixed-Price contract under a Total Small Business Set-Aside. Proposals are due June 17, 2026, by 11:00 AM Pacific Time.
Scope of Work
The contractor will provide all necessary equipment, labor, materials, and incidentals to remove existing damaged water heaters and install new systems. This includes:
- Water Softener: Sized to meet facility flow rate and hardness removal, including resin tank(s), control valve, bypass assembly, brine tank, and commercial-grade resin media.
- Tankless Domestic Water Heaters: Twelve new commercial-grade units, sized for facility flow and temperature rise, energy-efficient, with all required accessories (mounting hardware, isolation valves, service valves, filters/strainers), and condensate neutralizer/drain connections for condensing units. Equipment must be equal to or greater than existing system performance and suitable for site conditions.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Estimated Magnitude: Between $1,000,000 and $5,000,000
- Performance Period: 122 Calendar Days from Notice to Proceed.
- NAICS Code: 238220 (Small Business Size Standard: $19 million)
- Set-Aside: 100% Total Small Business Set-Aside
- Proposal Due: June 17, 2026, at 11:00 AM Pacific Time.
- Published Date: May 1, 2026
- Site Visit: Wednesday, May 27, 2026, at 9:00 A.M. Local Time at FCI Mendota. Attendance is not mandatory, but a criminal history check is required for participants.
- Pre-solicitation Questions Due: June 3, 2026, at 11:00 AM PST.
Submission & Evaluation
- Submission Method: Electronically via the JEFS APP BOX link provided in the solicitation. Email submission to kxsua@bop.gov is possible if the JEFS APP BOX is down, with prior approval.
- Required Documents: BID SUBMISSION COVER PAGE, specific pages of the solicitation (1, 2, 4, & 46-49), Representations and Certifications, and a Bid Bond (SF24). Original bid bonds must also be mailed.
- Evaluation: Award will be made in accordance with FAR 52.212-2, based on "price and other price related factors." Contractor responsibility will be assessed, including financial resources, past performance, integrity, organization, technical skills, and equipment.
- Bonds: A Bid Bond (SF24) is required (20% of bid price or $3,000,000, whichever is less). Performance and Payment Bonds are required within 10 days after award.
- Security Clearances: Required for all contractor employees, including background investigations (Public Trust Investigation levels vary). A "Criminal History Check" form is provided.
- Wage Rates: Bidders must adhere to prevailing wage rates specified in General Decision Number CA20260018 (Davis-Bacon Act compliance).
- Past Performance: Past performance questionnaires for references and banks are required by June 17, 2026, 11:00 am Pacific.
Additional Notes
All interested vendors must be registered in SAM.gov with the applicable NAICS code (238220) and meet the small business size standard. Access to secure solicitation documents requires an active SAM vendor registration and a valid Marketing Partner Identification Number (MPIN). All future information and amendments will be distributed solely through SAM.gov.