FDC Philadelphia - Flush Valve System
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), FDC Philadelphia, is conducting a Sources Sought for market research to identify qualified sources capable of supplying materials for an upgrade to an existing flush valve system. This requirement mandates brand-name Sloan components for compatibility, alongside Commercial Off-The-Shelf (COTS) plumbing and electrical accessories. Responses are due by February 6, 2026.
Purpose
This Sources Sought notice is issued for market research purposes only, in accordance with FAR Part 10. The Government seeks information from qualified sources to determine industry capabilities for supplying the necessary materials for the flush valve system upgrade at FDC Philadelphia. This is not a solicitation, and a subsequent requirement may or may not be issued.
Scope of Work
The requirement is for the purchase of all materials needed to upgrade the flush valve system at FDC Philadelphia, located at 700 Arch St. Philadelphia, PA. Key components include:
- Brand-Name Only Sloan Flush Valve System Components: Specific Sloan brand parts, including control modules, push buttons, transformers, and retro kits, are required to ensure compatibility with existing installed equipment. No substitutions or "equal" products will be accepted for these items.
- Commercial Off-The-Shelf (COTS) Plumbing and Electrical Accessories: This includes items such as 1.5-inch Gray Acetal End Stops, 1x3-inch Chrome Plated Lead Free Brass Nipples, 1-inch Chrome-Plated 90-Degree Elbows, and 0.25-inch Direct Burial Ground Rod Clamps. These COTS items must meet specified dimensional, material, finish, and code-compliance requirements (e.g., NSF-61, IPC, NEC, UL Listed).
- Delivery: Materials must be delivered directly to FDC Philadelphia, Monday through Friday, 7:00 a.m. to 1:00 p.m., excluding Federal Holidays. The contractor is responsible for loading/unloading.
- Warranty: A written guarantee covering material and workmanship, along with manufacturer warranties, is required.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified (market research stage)
- Response Due: February 6, 2026, 7:00 PM UTC
- Published: February 4, 2026
- Place of Performance: FDC Philadelphia, 700 Arch St. Philadelphia, PA 19106, United States
Information Sought from Respondents
Respondents are requested to complete a Business Questionnaire demonstrating their ability to:
- Supply new, genuine Sloan OEM parts fully compatible with existing systems and covered by manufacturer's warranty.
- Supply COTS plumbing and electrical accessories meeting salient characteristics and applicable industry standards.
- Provide details on business size (small/large), eligibility for small business programs (e.g., 8(a), WOSB, HUBZone, VOSB, SDVOSB), and subcontracting levels.
- Assess the suitability of an estimated 40-day performance period and provide estimated pricing ranges.
- Offer industry recommendations and identify potential issues or challenges.
Contact Information
Primary Point of Contact: Anne Bradley, abradley1@bop.gov, 7714746749