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), under the Department of Justice, is soliciting proposals for a Firm Fixed-Price construction contract to replace cooling towers at the Federal Detention Center (FDC) Houston, TX. This project involves removing and installing new rooftop cooling units. Proposals are due by May 26, 2026.
Scope of Work
The project requires contractors to provide all necessary equipment, labor, materials, permits, and incidentals to remove two existing rooftop cooling towers and replace them with new units of equal or greater capacity. The new cooling towers must include enhanced corrosion protection, and all manufacturer recommendations must be followed during installation. The complete requirements are detailed in the Statement of Work/Specifications attachment.
Contract Details
- Contract Type: Firm Fixed-Price construction contract.
- Performance Period: 107 Calendar Days from the issuance of the Notice to Proceed.
- NAICS Code: 238220 (Commercial and Institutional Building Construction), with a small business size standard of $19 million.
- Set-Aside: This is a 100% Total Small Business Set-Aside. Contractors must be registered in SAM.gov as a small business for the applicable NAICS code.
- Product Service Code: Z2FF (Repair Or Alteration Of Penal Facilities).
Submission & Evaluation
- Proposal Due Date: Tuesday, May 26, 2026, at 11:00 AM PDT.
- Submission Method: Electronically via the JEFS App Box at https://jefs.app.box.com/f/970d54db73c14f5dbb24e5d7bda719de.
- Required Documents: Include Bid Submission Cover Page, specific pages from the solicitation (1, 2, 4, & 46-50), Representations and Certifications, Transmittal Sheet, and a Bid Bond (SF-24).
- Bid Bond: An original SF-24 Bid Bond is required, with a penal sum of at least 20% of the bid price (not exceeding $3 million). The original must be mailed to the specified address in Stockton, CA, and received by the bid opening time.
- Evaluation: Award will be made in accordance with FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, based on "Price and other price related factors." Responsibility will be assessed based on financial resources, past performance, integrity, organization, and technical capabilities.
- Past Performance: Questionnaires for past performance and banking references are required by May 5, 2026, at 11:00 am PDT.
Important Dates & Notes
- Site Visit: A non-mandatory site visit is scheduled for April 15, 2026, at 9:00 A.M. local time at FDC Houston. Attendees must submit a Criminal History Check authorization form by April 10, 2026.
- Pre-Solicitation Questions: Must be submitted via email to pford@bop.gov by April 17, 2026, at 10:00 am PST.
- Amendments: Amendment 0001 updated FAR Changes clauses; Amendment 0002 extended the proposal deadline; Amendment 0003 incorporated FAR Clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors."
- SAM Registration: Active SAM.gov registration with a valid MPIN is required to access secure documents and for award eligibility. Business size metrics in SAM.gov must meet the small business size standard for NAICS 238220.