Replace Chillers 1, 2 & 3
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) has issued Solicitation 15BBNF26B00000005 for a Firm-Fixed-Price construction contract to Replace Chillers 1, 2 & 3 at the Federal Detention Center (FDC) in Miami, Florida. This opportunity is a Total Small Business Set-Aside. The estimated project magnitude is between $1,000,000 and $5,000,000. Bids are due by February 11, 2026.
Scope of Work
The selected contractor will provide all necessary labor, materials, and equipment to replace Chillers 1, 2, and 3. The work must be performed in accordance with the detailed Statement of Work and Drawings provided in the solicitation. This includes all aspects of the chiller replacement project at the FDC Miami facility.
Contract Details
- Contract Type: Firm-Fixed-Price construction contract.
- Estimated Value: $1,000,000 - $5,000,000.
- Set-Aside: Total Small Business (NAICS 238220, $19.0 million size standard).
- Period of Performance: Completion within 350 calendar days after receipt of Notice to Proceed (as per Amendment 0002).
- Product Service Code: Z2FF (Repair Or Alteration Of Penal Facilities).
- Wage Determination: FL20250215 for Miami-Dade County applies, specifying minimum wage rates and fringe benefits.
Submission & Evaluation
Bidders must submit a complete electronic bid package including SF-1442, Commodity or Services Schedule, and an SF-24 Bid Bond. Award will be made to the responsible, apparent low bidder.
- Eligibility: Bidders must be registered in SAM.gov and meet the small business size standard for NAICS 238220. SAM registration will be reviewed.
- Bid Bond: An SF-24 Bid Bond is required for bids over $150,000, with a penalty of 20% of the bid price (not to exceed $3,000,000).
- Performance & Payment Bonds: SF-25 and SF-25A are required within 10 days after award for contracts over $150,000, each at 100% of the contract price.
- Insurance: Required insurance includes Workers Compensation & Employer's Liability, Comprehensive General Liability, and Comprehensive Automobile Liability.
- Security: Criminal History Checks are mandatory for all on-site personnel, with a 30-day period included in the performance schedule for clearances.
Key Dates
- Bid Due Date: February 11, 2026, at 1:00 p.m. CST.
- Bid Opening: Virtual, on February 11, 2026, at 1:00 p.m. CST.
Additional Notes
The solicitation and all amendments are distributed solely through SAM.gov; interested parties must continuously monitor the website. The FBOP awards prime contracts only and does not have privity with subcontractors. Assistance from a local Procurement Technical Assistance Center (PTAC) is available for questions regarding SAM.gov or bid preparation.