Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2025 SAM #8726
SOLICITATION NOTICE

Z -- FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls

Notice Date
10/15/2025 12:16:41 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15BFA026B00000001
 
Response Due
11/17/2025 9:30:00 AM
 
Archive Date
12/02/2025
 
Point of Contact
Kevin Slone, Phone: 2025788617
 
E-Mail Address
kslone@bop.gov
(kslone@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRE-SOLICITATION SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15BFA026B00000001 for the award of a firm-fixed-price construction contract for a project entitled Emergency Surface Blowdown Heat Recovery/DA Controls at the Federal Correctional Institution (FCI) Milan, located in Milan, Michigan. FCI Milan is a federally owned facility located at 4004 East Arkona Road, Milan, MI 48160. The project consists of the following: Contractor will provide a temporary Surge/Deaerator System in order to maintain continuous steam service to FCI Milan. The furnishings of this system will include all piping, valves, tie in points, and chemical treatment to include the labor for installation and removal of the system. Contractor will remove the existing combined surge and deaerator tank from the Central Utility Plant and dispose of the tank properly. Contractor is to provide all equipment, materials and labor force necessary to remove. Contractor will provide a two-tank system. Stainless Surge tank and a D/A System in order to maintain continuous steam service to FCI Milan. The furnishing of this system will include all schedule 80 piping, forged fittings, valves, tie in points, controls, wiring, and labor for installation. The replacement pressurized Deaerator, 45,000 lbs./hr., and 5,400 net gallons per hour. The tank will be constructed with A36 carbon steel. The unit will be constructed on an elevated stand to include three (3) boiler feed water pumps with a discharge pressure of at least 200 p.s.i. Two (2) existing pumps will be re-used, and one (1) new pump will be added by contractor. The new pump will be a Grundfos, type CR15-07 A-GJ-A-E-HQQE, model A96523618P117320001 or equal to. The deaerator will be a horizontal stand-alone unit separate from the surge tank. New stand to be constructed by contractor. The D/A Tank stand will be constructed in the following manner. Surge tank stand will be constructed of 4�x4� tube steel, 94� inches from floor to top of stand. The stand will be 82� inches wide, and 82� inches deep, to be measured to the outside of the tube steel. The bottom of the stand will be 9� inches off the floor to the top of the 3� angle iron. There will be a fabricated pump base for the pumps to be mounted on. The Deaerator will be required to be a spray style system with steam supply for the function of removing the oxygen from the boiler feed water. Deaerator controls will control and alternate three (3) boiler feed pumps, vsd 208 volts sequence pumps according to load. Hand-off auto control for each pump. Control up to two make up valves. A 4-20 ma control signal will be sent to modulate the valves. Monitor pump status. Control one (1) overflow valve. D/A tank will monitor the following points: - Pump header pressure. - Tank temperature - Pressure - Level - Steam inlet pressure - Make up water flow and total. The Surge tank will be a receiver constructed of 316L stainless steel on a elevated stand. New stand to be constructed by contractor. The surge tank will be located approximately 40 feet away from the D/A tank, along the same wall, inside the same room. The tank will have a minimum capacity of 940 gallons or better. The stand will have two (2) new transfer pumps, 45 psi, 208-volt VSD. Taps for two (2) more feed water pumps that shall be moved from the old D/A equipment to the new rack. The tank will have a 316L stainless diffuser tube or better. A 4-20ma control signal will be sent to modulate the valves. Monitor pump status. Control one (1) overflow valve. The surge tank stand will be constructed of 4�x4� tube steel, 66� inches from floor to top of stand. The stand will be 120� inches wide, and 48� inches deep, to be measured to the outside of the tube steel. The bottom of the stand will be 9� inches off the floor to the top of the 3� angle iron. There will be a fabricated pump base for the pumps to be mounted on. Surge tank will monitor the following points: - Pump header pressure. - Tank temperature - Level - Make up water flow and total. The Surge tank will also have the capability to be utilized to by-pass the deaerator tank to provide feed water to the boilers during an inspection or failure of the deaerator tank vessel as necessary. Deaerator will also have the capability to by-pass surge tank during an inspection or failure. This will insure redundancy in the feed water system. The current surface blow down heat recovery is a Cleaver Brooks model BHR-9M and the replacement shall be equal to or better. The current unit shall be removed and replaced by a 316L stainless steel heat exchanger, housing and re-piped to surge tank. A 4-20ma control temp transmitter or better will monitor temps during low water flow. Contractor will be responsible for a third-party inspection by a certified boiler inspector and provide all documentation throughout the service. See the Statement of Work/Specifications attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work. The performance period for the project will be 180 calendar days from the issuance of the notice to proceed. The North American Industrial Classification System (NAICS) code applicable to this requirement is 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000 (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The solicitation will be available approximately October 31, 2025. The solicitation will be distributed solely through the Contract Opportunity website at https://sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in) AND may require a specific role or domain linked to your registration. If you encounter problems requesting access to these documents, please contact the Federal Service Desk at 866-606-8220. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at https://sam.gov. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, 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.aptac-us.org. This is a 100 percent small business set-aside. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your registration and view the table therein listing NAICS codes and your indicated business size relative to the assigned NAICS code above). Each bidder's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their SAM registration and update as necessary, including the size metrics information. This synopsis is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of this project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of the contract with subcontractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/83f86df4d0054f36b564a744e709dbf8/view)
 
Place of Performance
Address: Milan, MI 48160, USA
Zip Code: 48160
Country: USA
 
Record
SN07618965-F 20251017/251015230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.