FCI Thomson - Interior Finishes
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 (BOP), Field Acquisition Office (FAO), is seeking a responsible vendor to supply and deliver commercial-grade industrial coatings and related paint products for FCI Thomson, IL. This is a Total Small Business Set-Aside opportunity. The requirement is for supply-only, including Sherwin-Williams brand-name-or-equal epoxy, acrylic, primers, mold/mildew coatings, and industrial enamel. Quotations are due February 27, 2026, at 2:00 pm Central Time.
Scope of Work
This solicitation (15BBNF26Q00000024) requires the procurement and provision of specific quantities of various Sherwin-Williams brand-name-or-equal paint products, including Macropoxy, Pro Industrial Acrylic HP Semi-Gloss Extra, Pro Block Primer, Kilz Mold & Mildew, and Industrial Enamel HS Alkyd. Specific colors are listed, with some to be determined by FCI Thomson. All materials must meet applicable industry standards, comply with relevant environmental, safety, and quality requirements, and adhere to seismic zone, Life Safety, NFPA, ADA-ABA, and Federal, State, and Local codes. No installation or on-site services are included.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Federal Correctional Institution (FCI) Thomson, 1100 One Mile Road, Thomson, IL 61285.
- Department/Agency: Department of Justice / Federal Prison System / Bureau of Prisons (BOP)
Submission & Evaluation
- Solicitation Release: On or about February 20, 2026.
- Quotation Deadline: February 27, 2026, at 2:00 pm Central Time.
- Submission Method: Electronic submission only to lbonner@bop.gov. Faxed and hand-delivered quotes will not be accepted.
- Required Submissions: Vendors must complete and return the attached SF-1449 with their quotation, including a specification sheet and any submittal information about the products offered. Additionally, submittals must include warranty sheets, operating manuals, and three copies of Material Safety Data Sheets (MSDS) for all materials, subject to Safety Manager approval.
- Evaluation Criteria: Lowest Price – Technically Acceptable (LPTA) method, where price and technical acceptability will be evaluated equally.
- Payment Terms: Electronic Funds Transfer (EFT) in accordance with FAR 52.232-33.
Additional Notes
Offerors must be registered in www.SAM.gov and complete necessary representations and certifications at the time of quotation submission. Interested parties are responsible for monitoring www.sam.gov for all future information, including amendments and award notices. Deliveries of materials must be coordinated with the institution COR and will be received between 7:30 a.m. and 2:30 p.m., Monday through Friday, excluding Federal Holidays. The contractor or their representative must be present to receive and accept deliveries and is responsible for loading/unloading without impeding the institution's driveway. Questions may be submitted in writing via email to Luke Bonner at lbonner@bop.gov.