FCC HAZELTON CAMP BOILER REPLACEMENT PROJECT- 26Z1AM9
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, FCC Hazelton, West Virginia, intends to issue a solicitation for the replacement of camp boilers (Project 26Z1AM9). This is a Firm-Fixed Price contract, set aside 100% for Total Small Business. Quotes are due by April 21, 2026, at 12:00 pm EST.
Scope of Work
The project involves replacing specific boiler components, including Water Heater Models #72L 125A-MXG and #120P 250A-MXG, and a TACO Recirculating Pump Model #1615B3E2. Offerors may propose equivalent products if original models are unavailable, provided they include technical specifications for evaluation by the facilities department.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 423740 (Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers)
- Product Service Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
- Delivery: ASAP, up to 60 days After Receipt of Order (ARO), to the Federal Correctional Complex Warehouse, Bruceton Mills, WV 26525.
- Solicitation Availability: Posted on SAM.gov on or about April 1, 2026.
- Quote Due Date: April 21, 2026, at 12:00 pm EST.
- Anticipated Award Date: May 1, 2026 (subject to change).
Submission & Evaluation
Offers must be submitted via email to HAX-BusinessOffice-S@bop.gov (with cehall@bop.gov as backup). A signed SF 1449, including vendor information, is required. Faxed or mailed quotes will not be accepted. Offerors must complete representations and certifications via ORCA (FAR 52.212-3). Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering past performance, delivery timeframe, and price, as prescribed by FAR 52.212-2.
Contact Information
For inquiries, contact Charlie Hall, Contract Specialist, at cehall@bop.gov.