FPC Yankton - Request for Information Shingles

SOL #: 15B41626RFI000001Sources Sought

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
FPC YANKTON
YANKTON, SD, 57078, United States

Place of Performance

SD

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 5, 2026
2
Response Deadline
May 11, 2026, 4:00 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 Department of Justice, Federal Bureau of Prisons (BOP), specifically FPC Yankton, is conducting a Sources Sought for market research purposes to identify qualified Small Business concerns capable of providing commercial roofing supplies. This requirement is for the replacement of the roof on the Fargo Building at the Federal Prison Camp (FPC) Yankton, SD. Responses are due May 11, 2026.

Scope of Work

The BOP anticipates a firm-fixed-price contract for the acquisition of engineered polymer shakes. These shakes must replicate the aesthetic of hand-split shakes while offering enhanced durability, fire, and impact resistance. Key specifications include:

  • Dimensions: 9” Width x 22” Length; 5/8” thickness at the butt.
  • Configuration: One-piece hip and ridge shakes for pitches of 12:12 or less.
  • Color/Finish: Aged Cedar aesthetic.
  • Installation: Capable of being cut with a utility knife or circular saw and installed at a 9” or 10” exposure.
  • Quantity: Sufficient material to cover approximately 6,600 square feet of hip and ridge roofing.

Historic Preservation Requirements

Prospective vendors must note that the project site is within the "Yankton College Historic District" and is listed on the National Register of Historic Places. All materials must comply with the existing Programmatic Agreement between the BOP, the South Dakota State Historic Preservation Office, and the Advisory Council on Historic Preservation.

Contract & Timeline

  • Type: Sources Sought / Market Research (not a solicitation)
  • Anticipated Contract Type: Firm-Fixed-Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: May 11, 2026, 4:00 PM ET
  • Published: May 5, 2026

NAICS Codes

The Government is evaluating NAICS codes 324122 (Asphalt Shingle and Coating Materials Manufacturing, 1,100 employees) and 326199 (All Other Plastics Product Manufacturing, 750 employees). Vendors are requested to provide feedback on the most appropriate NAICS code.

Submission Requirements

Interested Small Business concerns must be registered in SAM and meet the size standards for the relevant NAICS code. Submit a capability statement via email to dwarmbein@bop.gov including:

  • Company Name, UEI number, and Point of Contact information.
  • Documentation of ability to provide materials meeting technical and historic preservation specifications.
  • Recommended NAICS code and confirmation of Small Business status under that code.

Additional Notes

This is for market research only and does not guarantee a future contract. Interested parties are responsible for monitoring SAM.gov for any subsequent combined synopsis/solicitation.

People

Points of Contact

Dominick WarmbeinPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: May 5, 2026
FPC Yankton - Request for Information Shingles | GovScope