FCI GILMER - ASPHALT REPAIR SERVICES
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 Prison System / Bureau of Prisons (FCI Gilmer) is soliciting proposals for Asphalt Repair Services at its facility in Glenville, WV. This is a Total Small Business Set-Aside opportunity, issued as a Combined Synopsis/Solicitation (RFQ), with an estimated value between $100,000.00 and $250,000.00. Proposals are due by May 26, 2026, at 12:00 p.m. ET.
Scope of Work
The contractor will provide all necessary equipment, labor, materials, engineering, and incidentals to repair an asphalt parking lot at FCI Gilmer. Key tasks include:
- Removing and repairing damaged sections of the asphalt parking lot in front of the Utilities Building and Warehouse areas.
- Grinding and re-surfacing the project area with a minimum 1-1/2” topcoat of asphalt.
- Re-striping parking areas in front of the Powerhouse building.
- Obtaining any necessary permits. The parking lot sustained damage in 2024 due to a watermain break and also has damage near the Warehouse. Work must be completed within six (6) months after contract award.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2LZ (Repair Or Alteration Of Parking Facilities)
- Estimated Value: $100,000.00 - $250,000.00
- Period of Performance: Six (6) months after contract award.
- Proposal Due: May 26, 2026, by 12:00 p.m. ET
- Published Date: May 7, 2026
Evaluation
Award will be made to the responsive and responsible vendor(s) whose offer conforms to the solicitation and provides the Best Value to the Government. Past Performance will be considered approximately equal in value to price. Offerors must ensure their registration in SAM.gov is active and up-to-date. Required submission documents include a completed Standard Form (SF) 1449 (blocks 17a, 20, 30a, 30b, 30c) with original signatures, and quote sheets including the offeror's name and UEI number.
Special Requirements & Site Visit
- Site Visit: An on-site visit is scheduled for Tuesday, May 19th, at 9:00 AM at the Powerhouse, Facilities Department, 201 FCI Lane, Glenville, WV 26351. This visit is for informational purposes to explain the work and unique correctional setting circumstances. Contact Amanda Young (A9Young@bop.gov) for site visit questions.
- Work Hours: 7:30 am to 3:30 pm, Monday - Friday, excluding weekends and federal holidays.
- Security: Contractors must comply with institutional working hours and conditions, anticipating potential delays due to security screening or emergencies.
- Utilities: FBOP will provide minimal electricity (120V), restroom services, and water. The contractor must provide all other supplies and materials.
- Submittals: Written submittals for recommended equipment, Material Safety Data Sheets (MSDS), and an Installation Certification are required.
- Drawings: An "Updated Repaving Area Drawing.pdf" provides visual context for the physical layout and specific work areas.
Submission Instructions
Quotations must be submitted via email to J2Hutchison@bop.gov. Faxed bids or hand-carried quotes will NOT be accepted. Quotes received after the deadline will be processed per FAR 52.212-1(f).
Contact Information
Primary Contact: Jessica Hutchison, Contracting Officer (J2Hutchison@bop.gov, 304-626-2500 ext. 1082).