Replace Roofs FCI 1 & SPC- FCC Oakdale
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 bids for a Firm-Fixed-Price construction contract to Replace Roofs FCI 1 & SPC at the Federal Prison Camp (FCC Oakdale) in Oakdale, Louisiana. This is a Total Small Business Set-Aside. Bids are due by February 11, 2026.
Scope of Work
The project involves extensive roofing replacement and associated work, including:
- Replacing approximately 47,000 sq. ft. of ceiling.
- Replacing 1,000 sq. ft. of skylights with associated framing.
- Replacing 115,000 sq. ft. of standing seam metal roofing.
- Replacing 30,200 sq. ft. of modified bituminous roofing.
- Replacing 141,000 sq. ft. of exposed fastener metal roofing systems. Bidders must refer to the Statement of Work/Specifications for complete requirements.
Contract & Timeline
- Contract Type: Firm-Fixed-Price construction contract.
- Magnitude: Estimated between $10,000,001.00 and $25,000,000.00.
- Performance Period: 721 Calendar Days from the issuance of the Notice to Proceed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238160, with a small business size standard of $19 million.
- Response Due: February 11, 2026, at 11:00 AM PST.
- Published Date: January 23, 2026.
Submission & Evaluation
- Submission Method: Bids must be submitted electronically via the JEFS APP BOX at
https://jefs.app.box.com/f/a143f50c3b8f4fa5aa24d0cf752726e9. - Required Documents: Bidders must include the Bid Submission Cover Page, specific pages of the solicitation (SF-1442 pages 1, 2, 4, & 68-71), Representations and Certifications, and a Bid Bond in a single Adobe PDF.
- Bid Guarantee: A bid bond (SF-24) is required, typically 20% of the bid price, not to exceed $3,000,000. The original wet-signed bid bond with a raised seal must be mailed or delivered to the address specified in the Instructions to Bidders and received by the bid opening time.
- Bonds: Performance and Payment Bonds, each for 100% of the contract price, are required within 10 days after award (not for contracts $150,000 or less).
- Eligibility: Contractors must be registered in SAM.gov as a small business for NAICS code 238160. The Government will review SAM.gov registration to confirm business size.
- Wage Determination: Wage Determination LA20250016 applies, outlining prevailing wage rates and fringe benefits for various trades.
- Security: A Criminal History Check form may be required for individuals associated with the bid or facility access.
- Award Basis: Award will be made to the lowest responsive and responsible bidder.
Additional Notes
This solicitation is distributed solely through SAM.gov. Secure/locked documents require an active SAM vendor registration and a valid Marketing Partner Identification Number (MPIN) for access. Interested parties are responsible for continuously monitoring SAM.gov for amendments and updates. Contact Patrick Ford at pford@bop.gov for questions.