Search Contract Opportunities

FCI Lewisburg - New Water Heaters

ID: 15B20725Q00000006 • Type: Synopsis Solicitation

Description

U.S. Department of Justice Federal Bureau of Prisons

Federal Correctional Institution (FCI), Lewisburg

Lewisburg, PA 17837

March 13, 2025

  1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.

  1. The solicitation number is 15B20725Q00000006. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.
  2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03.
  3. This solicitation is being issued as total small business set-aside. The NAICS for this requirement is 238220 with a size standard of $19.0M. The PSC for this requirement is 4520.

(v) The following items are required:

Three (3) hot water heaters for the Federal Correctional Institution Lewisburg, Pennsylvania, as detailed in

Attachment A Water Heater Specifications Sheet. This requirement is for product ONLY.

Qty Unit Unit Price Total

  • Water Heaters per attached specifications 3 EA $_________ $__________

*Please provide spec sheet for item being provided*

(vi) This solicitation is expected to result in the single award, of a firm-fixed price contract for commercial items.

(vii) ALL LINE ITEMS ARE F.O.B. DESTINATION FOR DELIVERY ON OR BEFORE APRIL 25, 2025, BETWEEN THE HOURS OF 7:00AM EASTERN STANDARD TIME (EST) 1:30PM EST. NO DELIVERY ON WEEKENDS.

FCI Lewisburg

2400 Robert F. Miller Rd.

Lewisburg, PA 17837

(viii) FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively.

(ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition.

Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.

  1. Technical Compliance- Products proposed to match the goods listed in Attachment A;
  2. Price - The government will evaluate the Quoter's proposed price to ensure it is fair and reasonable;
  3. Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor; and
  4. Delivery- Delivery time proposed by the offeror.

(x) FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (May 2024) must be submitted with quote.

(xi) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition.

(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (JAN 2025), to include the below, are applicable to this acquisition.

(b)

X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712)

X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109- 282) (31 U.S.C. 6101 note).

X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328).

X (11)(i) 52.204-30 Federal Acquisition Supply Chain Security Act Orders-Prohibition (DEC 2023) (Pub. L. 115-390, title II).

X (12) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JAN 2025) (31 U.S.C. 6101 note)

X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).

X (26) (i) 52.219-28, Post Award Small Business Program Re-representation (JAN 2025)) (15 U.S.C. 632(a)(2)).

X (31) 52.222-3 Convict Labor (June 2003) (E.O 11755).

X (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126).

X (33) 52.222-21 Prohibition of Segregated Facilities (Apr 2015).

X (34) (i) 52.222-26 Equal Opportunity (Sept 2016) (E.O.11246).

X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)

X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a).

X (49) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023)

X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)

X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513).

X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332).

(xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference:

Provisions

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017)

FAR 52.204-7 System for Award Management (NOV 2024)

FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)

FAR 52.204-22 Alternative Line Item Proposal (JAN 2017)

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

Clauses

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)

FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)

FAR 52.232-18 Availability of Funds (APR 1984)

FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)

DOJ-02 Contractor Privacy Requirements (JAN 2022)

DOJ-05- Security of Department Information and Systems (OCT 2023)

DOJ-08 Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007)

The full text of the referenced FAR provisions and clauses may be accessed electronically at

www.acquisition.gov/FAR or by contacting Matthew Adler Contracting Officer, by email to m2adler@bop.gov.

(xiv) Not applicable to this solicitation.

(xv) The completed solicitation package must be returned no later than 10:00 A.M. Eastern Standard Time on March 27, 2025. The anticipated award date is on or about April 3, 2025. Please ensure you provide the completed following documents:

  1. Contractor's Information Sheet (all fields completed)
  2. Quote with attached specs

(xvi) Vendors shall submit quotes in .pdf format to Matthew Adler, Contracting Officer, by email to m2adler@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 30 calendar days after close.

Please ensure all information requested is included. Information will be posted to the General Services

Administration, Contract Opportunities: SAM.gov | Contract Opportunities. All future information about this

acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

The Government reserves the right upon inspection to reject items if they are damaged or not to the specifications as listed in the solicitation.

All vendors must be completely registered in the System for Award Management (SAM), http://sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation.

***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FCI Lewisburg) to respond. Questions must be submitted by email only,

m2adler@bop.gov. No phone calls please.

Attachment A Water Heater Specifications Sheet

FCI Lewisburg is requesting the purchase of three new hot water heaters. This acquisition is only for the purchase and delivery of the water heaters. Installation is not required, nor to be included in offers. Below are specifications that are required for this acquisition. All water heaters must include all attributes listed and be of comparable make to the diagram listed below.

Steam to hot water

Vertical design

Rated at 26.7 gpm (40F to 140F) w/ 15 psi steam

ASME Sec. VII Div. 1 construction

Copper piped high efficiency circulator with isolation valves

T&P relief valve

High temperature safety solenoid purge valve

Water temperature gauge

Vacuum breaker

Support stand and base

UL listed control panel-provides single point power supply

Steam pressure gauge

See diagram 1 in attached document (FCI Lewisburg Combined Synopsis Heaters) as a reference for the approximate size specifications and general components.

Background
The U.S. Department of Justice, Federal Bureau of Prisons is issuing this solicitation for the Federal Correctional Institution (FCI) located in Lewisburg, Pennsylvania. The goal of this contract is to procure three new hot water heaters to enhance the facility's operational capabilities. This acquisition is strictly for the purchase and delivery of the water heaters, with no installation required.

Work Details
The requirement includes three (3) hot water heaters as specified in Attachment A – Water Heater Specifications Sheet. The specifications for the water heaters are as follows:

- Steam to hot water conversion
- Vertical design
- Rated at 26.7 gallons per minute (gpm) from 40°F to 140°F with 15 psi steam
- ASME Sec. VII Div. 1 construction
- Copper piped high efficiency circulator with isolation valves
- Temperature and pressure (T&P) relief valve
- High temperature safety solenoid purge valve
- Water temperature gauge
- Vacuum breaker
- Support stand and base
- UL listed control panel providing a single point power supply
- Steam pressure gauge

Vendors must provide a specification sheet for the items being offered.

Period of Performance
Delivery is required on or before April 25, 2025.

Place of Performance
The delivery location is FCI Lewisburg, 2400 Robert F. Miller Rd., Lewisburg, PA 17837.

Overview

Response Deadline
March 27, 2025, 10:00 a.m. EDT Past Due
Posted
March 13, 2025, 2:16 p.m. EDT (updated: March 26, 2025, 11:43 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Lewisburg, PA 17837 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
$19,000,000 (value based on agency estimated range)
On 3/13/25 USP Lewisburg issued Synopsis Solicitation 15B20725Q00000006 for FCI Lewisburg - New Water Heaters due 3/27/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC 4520.
Primary Contact
Name
Matthew Adler   Profile
Phone
(570) 522-7668

Documents

Posted documents for Synopsis Solicitation 15B20725Q00000006

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 15B20725Q00000006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 15B20725Q00000006

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 15B20725Q00000006

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL PRISON SYSTEM / BUREAU OF PRISONS > USP LEWISBURG
FPDS Organization Code
1540-20704
Source Organization Code
500025365
Last Updated
April 11, 2025
Last Updated By
m2adler@bop.gov
Archive Date
April 11, 2025