FCI LEWISBURG - ELEVATOR UPGRADE AND MODERNIZATION

SOL #: 15B20726Q00000009Combined Synopsis/Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
FCI LEWISBURG
LEWISBURG, PA, 17837, United States

Place of Performance

Lewisburg, PA

NAICS

Other Building Equipment Contractors (238290)

PSC

Repair Or Alteration Of Penal Facilities (Z2FF)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
Apr 17, 2026, 7:00 PM

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) is soliciting proposals for a firm-fixed-price construction contract for the ELEVATOR UPGRADE AND MODERNIZATION project at the Federal Correctional Institution (FCI) Lewisburg, PA. This project involves upgrading and modernizing one passenger elevator. Proposals are due April 17, 2026, at 3:00 PM EST.

Scope of Work

The contractor will provide all necessary equipment, labor, materials, and incidentals, including cleanup of the work area and disposal of waste materials, to upgrade and modernize one (1) passenger elevator. The complete requirements are detailed in the Statement of Work (SOW). Work is expected to commence within 10 days of receiving the notice to proceed, with a performance period of 308 Calendar Days.

Contract Details

This is a firm-fixed-price construction contract under NAICS code 238290 (Other Building Equipment Contractors) and PSC Z2FF (Repair Or Alteration Of Penal Facilities). The estimated magnitude of the project is between $100,000.00 and $250,000.00. An offer guarantee is required, and offers must provide a minimum of 30 calendar days for Government acceptance.

Eligibility & Set-Aside

This is a 100 percent unrestricted acquisition with no small business set-aside. Offerors must be registered in SAM.gov for NAICS 238290 and meet the applicable small business size standard. Access to secure documents, including the solicitation, requires an active SAM vendor registration and a valid Marketing Partner Identification Number (MPIN).

Submission & Evaluation

Proposals must be emailed in PDF format to Matthew Adler (m2adler@bop.gov) by April 17, 2026, at 3:00 PM EST. The acquisition will utilize a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include price, past performance (relevant work within the past 3 years), and technical acceptability (addressing the SOW).

Important Dates & Information

A pre-bid site visit was conducted on April 9, 2026, and Q&A submissions were due by April 10, 2026. Related documents, including a site visit sign-in sheet, meeting minutes, and a Q&A/photo sheet, have been added to the solicitation posting and require requested access. Required forms include a Bid Bond (SF24) and a Criminal History Check Form for site visit attendees. Wage determinations (DBA PA20260069) are also provided.

Contact

For submissions and inquiries, contact Matthew Adler at m2adler@bop.gov.

People

Points of Contact

Matthew AdlerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View