FCI Safford - Install Carbon Monoxide Detection System
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), an agency of the Department of Justice, is soliciting proposals for the design, supply, installation, integration, testing, and commissioning of a Carbon Monoxide (CO) detection system at FCI Safford, AZ. This is a Total Small Business Set-Aside opportunity. The system must be fully integrated with the existing Edwards EST3 Fire Detection and Alarm System (FDAS). Proposals are due May 1, 2026, at 12:00 PM PST.
Scope of Work
The contractor will be responsible for a delegated design, engaging a qualified engineer, and ensuring compliance with NFPA standards and all applicable codes (IBC, NFPA, Life Safety Code, OSHA, ACA). Key tasks include:
- Designing and installing CO detectors compatible with the existing Edwards EST3 system.
- Coordinating design for full integration with the FDAS.
- Submitting design documents, calculations, and shop drawings for FBOP approval.
- Placing detectors in specific areas such as sleeping areas, enclosed parking garages, and boiler/mechanical rooms.
- Providing all necessary installation components and ensuring addressability.
- Meeting NFPA 720 alarm thresholds and providing audible/visual alarms.
- Conducting post-construction certification and full functional testing, including CO level simulation.
- Providing a minimum 12-month warranty and training for FCI Safford personnel.
Contract Details
- Contract Type: Firm-fixed-price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: Offerors must meet the small business size standard for 238160 (Roofing Contractors).
- Evaluation: Award will be made to the responsible vendor with the Lowest Price Technically Acceptable (LPTA) quotation.
- Bid Bond: Required for bids over $150,000 (SF24, penal sum of at least 20% of bid price, not to exceed $3 million).
- Wage Determination: General Decision Number AZ20260025 (effective Jan 2, 2026) applies, specifying prevailing wage rates for Graham County, AZ.
Submission & Key Dates
- Pre-Quotation Conference/Site Visit: April 23, 2026, at 9:00 AM PST at FCI Safford. Attendance is urged but not mandatory. Criminal History Checks are required for attendees by April 15, 2026.
- Questions Deadline: April 28, 2026, at 12:00 PM PST, via email to mdola@bop.gov.
- Proposal Due Date: May 1, 2026, at 12:00 PM PST.
- Submission Method: Electronically via email to mdola@bop.gov. The solicitation number (15BBNF26Q00000063) must be in the subject line.
- Required Submittals: SF-1442, Schedule of Supplies/Services, Representations and Certifications (FAO-0021), specification sheets, and submittal information for products offered.
Special Requirements
All personnel entering the secure perimeter must undergo security vetting and clearance, and will require escorts. Strict security protocols, including prohibited items and PPE requirements, are mandatory. Project submittals are due within 15 days of Notice to Proceed. Normal working hours are 7:30 AM - 3:00 PM, Monday-Friday.