FCI Englewood - Replace Powerhouse Roof
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 is soliciting quotations for the complete removal and replacement of the Powerhouse roof at FCI Englewood, Littleton, CO. This is a Total Small Business Set-Aside with an estimated value between $100,000 and $250,000. Quotations are due May 1, 2026.
Scope of Work
The project involves removing approximately 12,000 sq ft of existing roofing and installing a new fully adhered TPO roofing system (11,500 sq ft over metal, 500 sq ft over concrete). This includes all associated components such as insulation, flashings, drainage, sealants, and vapor protection. The new system must meet a 20-year warranty and 100-mph wind rating, confirmed by a manufacturer's assembly letter. All work must comply with manufacturer specifications, applicable codes, and project specifications (Divisions 01, 02, 07). A revised Statement of Work has been issued under Amendment 0003.
Contract Details
- Solicitation Number: 15BBNF26Q00000038
- Type: Request for Quotation (RFQ), anticipated Firm-Fixed-Price contract.
- Set-Aside: Total Small Business Set-Aside (NAICS 238160 Roofing Contractors).
- Magnitude: Estimated between $100,000.00 and $250,000.00.
- Performance Period: 10 calendar days to start, 102 calendar days to complete.
- Place of Performance: FCI Englewood, Littleton, CO.
Submission & Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Technical acceptability and price will be evaluated. Offerors must include a specification sheet and product submittal information. A bid bond (SF24) is required. Submissions must be electronic to lbonner@bop.gov. Faxed and hand-delivered quotes will not be accepted. Offerors must be registered in SAM.gov and complete all necessary representations and certifications.
Key Dates
- NCIC Forms Due (for site visit): March 23, 2026, 9:00 AM MDT
- Site Visit: March 25, 2026, 9:00 AM MDT (encouraged, not mandatory)
- Questions Due: March 27, 2026, 11:00 AM MDT
- Quotations Due: May 1, 2026, 12:00 PM MT (extended by Amendment 0002)
- Published Date: April 20, 2026 (latest amendment)
Additional Notes
Amendment 0003 incorporates responses to vendor questions and a revised Statement of Work. All offerors should review the latest amendments and documents on SAM.gov.