Replace Cooling Towers at FDC Houston
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 conducting market research through a Sources Sought Notice to identify qualified contractors for the replacement of two rooftop cooling towers at the Federal Detention Center (FDC) Houston in Houston, Texas. This is not a solicitation, but an inquiry to gauge industry capability. Responses to the questionnaire are due by March 16, 2026.
Scope of Work
The project involves providing all necessary equipment, labor, materials, permits, and incidentals to remove and replace two existing rooftop cooling towers. The new units must be of equal or greater capacity and supplied with enhanced corrosion protection. All manufacturer's recommendations must be followed during installation. The estimated performance period is 107 calendar days.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
- Small Business Size Standard: $19 million
- Response Due: March 16, 2026
- Published: March 10, 2026
- Anticipated Contract Type: Firm-Fixed-Price construction contract (for future solicitation)
Submission & Evaluation
This notice is for market research purposes only. Interested contractors are requested to complete and email the attached questionnaire to Patrick Ford at pford@bop.gov. The questionnaire seeks information on the firm's ability to perform the services, business size, subcontracting plans, eligibility for small business programs (e.g., 8(a), WOSB, HUBZone, SDVOSB), suitability of the performance period, proposal preparation time, industry recommendations, estimated pricing range, and bonding capacity. Responses will inform a future solicitation.
Additional Notes
Vendors must be registered in SAM.gov and possess NAICS code 238220. Interested vendors should also add their names to the Interested Vendors List on SAM.gov. Access to the Statement of Work and other documents requires an active SAM.gov vendor registration. Security clearance investigations for on-site personnel may take 21 calendar days.