Install Lift Station- FCI Bastrop
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 (FBOP) is soliciting proposals for a Firm Fixed-Price construction contract to Install a Lift Station at the Federal Correctional Institution (FCI) Bastrop, TX. This project involves removing an existing septic tank and installing a new duplex sewer lift station, extending the system to a Corix Utilities tie-in. This is a Total Small Business Set-Aside.
Scope of Work
The contractor will be responsible for providing all materials, labor, and equipment to remove an existing septic tank and associated piping. This will enable the installation of a new fiberglass manhole with a grinder pump and a new duplex sewer lift station in a precast concrete sump. The sewer system will then be extended to a Corix Utilities tie-in location, requiring coordination with the utility. The work must comply with the attached Statement of Work, Specifications, and Drawings.
Contract Details
- Contract Type: Firm Fixed-Price construction contract.
- Performance Period: 210 Calendar Days from the issuance of the Notice to Proceed, which will occur within 10 calendar days of award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237110, with a small business size standard of $45 million.
- Product/Service Code: Z2FF (Repair Or Alteration Of Penal Facilities).
Submission & Evaluation
- Offer Due Date: May 26, 2026, at 11:00 AM US/Pacific.
- Submission Method: Electronically via JEFS APP BOX:
https://jefs.app.box.com/f/4564cbb6ae2a479d9064980a88ea2fe1. - Required Documents: SF-1442, Commodity or Services Schedule, Representations and Certifications, and a Bid Bond (SF-24).
- Bid Bond: Required, with a penalty of 20% of the bid price or $3,000,000, whichever is less. Performance and Payment Bonds are required within 10 days after award.
- Evaluation: Award will be made in accordance with FAR 52.212-2, "Evaluation- Commercial Products and Commercial Services," considering price and other price-related factors. Contractor responsibility, including financial resources, performance record, integrity, and ethics, will be assessed. Offers providing less than 90 calendar days for Government acceptance will be rejected.
Key Dates & Actions
- Site Visit: April 29, 2026, at 9:00 A.M. local time, at FCI Bastrop. Attendance is not mandatory, but a criminal history check is required for attendees.
- Pre-Bid Questions Due: May 1, 2026, at 10:00 am PDT, submitted via email to
pford@bop.gov. - Past Performance: Questionnaires for references and banking information are required by the bid due date.
Eligibility
This is a 100% Small Business Set-Aside. Offerors must be registered in SAM.gov for NAICS code 237110 and meet the small business size standard. SAM.gov registration will be reviewed for business size metrics. Access to secure documents requires an active SAM vendor registration and a valid Marketing Partner Identification Number (MPIN).
Important Attachments
Key attachments include the Statement of Work, Specifications, Drawings, Wage Determination TX20260285 (crucial for labor costs), Bid Bond SF24, and a Criminal History Check Form (for personnel accessing the facility).