Replace Roofs FCI 1 & SPC- FCC Oakdale

SOL #: 15BBNF26B00000003Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
FAO
GRAND PRAIRIE, TX, 75051, United States

Place of Performance

Oakdale, LA

NAICS

Roofing Contractors (238160)

PSC

Repair Or Alteration Of Penal Facilities (Z2FF)

Set Aside

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

Timeline

1
Posted
Nov 6, 2025
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 11, 2026, 7:00 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 Federal Bureau of Prisons (FBOP) is soliciting bids for a firm-fixed-price construction contract to replace roofs at FCI 1 & SPC at the Federal Prison Camp (FCC Oakdale) in Oakdale, Louisiana. This is a 100% Total Small Business Set-Aside. The project is estimated between $10,000,001 and $25,000,000. Bids are due February 11, 2026.

Scope of Work

The project involves extensive roof replacement, including approximately 47,000 sq. ft. of ceiling, 1,000 sq. ft. of skylights with associated framing, 115,000 sq. ft. of standing seam metal roofing, 30,200 sq. ft. of modified bituminous roofing, and 141,000 sq. ft. of exposed fastener metal roofing systems. The complete requirements are detailed in the Statement of Work/Specifications.

Contract Details

  • Type: Firm-Fixed-Price Construction Contract
  • Estimated Magnitude: Between $10,000,001.00 and $25,000,000.00
  • Performance Period: 721 Calendar Days from issuance of the Notice to Proceed.
  • Bonds: A bid guarantee (20% of bid price, not to exceed $3,000,000) is required. Performance and Payment Bonds (100% of contract price) are required within 10 days after award.
  • Insurance: Required coverage includes Workers Compensation & Employer's Liability ($100,000), Comprehensive General Liability ($500,000 per accident/occurrence), and Comprehensive Automobile Liability ($200,000 per person, $500,000 per occurrence bodily injury, $20,000 per occurrence property damage).
  • Liquidated Damages: $1,358.74 per calendar day for delays.
  • Buy American: Subject to Buy American statute, with waivers for designated country construction materials.

Set-Aside & Eligibility

This is a 100% Total Small Business Set-Aside. The applicable NAICS code is 238160 with a small business size standard of $19 million. Contractors must be registered in SAM.gov and their business size metrics must meet the specified standard.

Submission & Evaluation

  • Bid Due Date: February 11, 2026, at 11:00 AM PST.
  • Submission Method: Electronic bids must be uploaded via JEFS APP BOX. An original SF-24 Bid Bond with a wet signature and raised seal must be mailed to the Federal Bureau of Prisons, Western Regional Office, ATTN: Patrick Ford, 7338 Shoreline Drive, Stockton, CA 95219, and received by the bid opening time.
  • Evaluation: Award will be made to the responsible apparent low bidder. Responsibility criteria include financial resources, performance record, integrity, business ethics, organization, experience, controls, technical skills, and equipment. Offers providing less than 90 calendar days for Government acceptance will be rejected.
  • Pre-Bid Conference & Site Visit: A pre-bid conference and site visit were scheduled for December 17, 2025. Attendance required a Criminal History Check authorization form by December 11, 2025.
  • Pre-Bid Questions: Due by December 19, 2025, at 10:00 am PST, via email to pford@bop.gov.
  • Required Submissions: Past Performance Questionnaires and Banking Questionnaires are due by the bid due date. Amendments must be acknowledged.

Additional Notes

Contractor employees will be subject to security requirements, including background checks and potential waivers, and may need to complete a Criminal History Check form. Prevailing wage rates (LA20250016) apply, as detailed in the Wage Determination document.

People

Points of Contact

Patrick FordPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Feb 11, 2026
View
Version 8
Solicitation
Posted: Jan 23, 2026
View
Version 7Viewing
Solicitation
Posted: Jan 22, 2026
Version 6
Solicitation
Posted: Jan 14, 2026
View
Version 5
Solicitation
Posted: Dec 4, 2025
View
Version 4
Solicitation
Posted: Dec 3, 2025
View
Version 3
Solicitation
Posted: Dec 1, 2025
View
Version 2
Solicitation
Posted: Dec 1, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 6, 2025
View