REPLACEMENT TUBING BUNDLES FOR HEAT EXCHANGE
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, Federal Correctional Institution (FCI) Elkton, OH, is soliciting bids for replacement tubing bundles for heat exchange under solicitation number 15B21626Q00000001. This is a Total Small Business Set-Aside, Firm-Fixed Price contract. Quotes are due March 2, 2026, at 1:00 PM ET.
Scope of Work
The contractor will provide specific OEM Taco tubing bundles (models T10208, T14208, T12210, T14210) and Magnesium Anode Rods. Data sheets must accompany all procured items. Bidders proposing "brand name or equal" products must submit full product information and specifications for consideration. The scope is for equipment only, with delivery to FCI Elkton, Lisbon, OH. The contractor is responsible for all internal and external maintenance of the new equipment for a minimum of five (5) years from substantial completion, covering materials, equipment, and labor. The contractor must also haul away and legally dispose of all demolished equipment and debris.
Contract & Timeline
- Contract Type: Firm-Fixed Price (RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Federal Correctional Institution Elkton, Lisbon, OH 44432.
- Time of Completion: 30 Calendar Days after award.
- Quotes Due: March 2, 2026, 1:00 PM ET.
- Anticipated Award Date: March 3, 2026.
- Published Date: February 26, 2026.
Submission & Evaluation
Quotes MUST be submitted via e-mail ONLY to zbowers@bop.gov. Faxed, mailed, or other physical submissions will not be considered. The Government will award to the responsible offeror(s) whose offer is most advantageous. Evaluation will consider past performance and price, with price being rated higher. Offerors must have an active registration in the System for Award Management (SAM) database; failure to register or an "Inactive"/"Excluded" status will result in non-consideration.
Special Requirements
A minimum five (5) year warranty on labor and materials is required. Deliveries are scheduled Monday through Friday, 7:30 AM to 3:30 PM. The contractor must develop and maintain an effective quality control program and provide a Job Superintendent/manager fluent in English. A full-time Project Manager with at least three years of experience managing similar facilities is also required. Work must comply with OSHA, EPA, and NEC codes. Invoices must be on company letterhead with detailed documentation.