Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
GENERAL INTENTION: It is the intent of this solicitation to result in a Firm Fixed Price, Construction Type Contract for a project located at FMC Lexington titled, “Federal Prison Industries Roof and HVAC replacement” as outlined in the attached Statement of Work. The North American Industrial Classification System (NAICS) Code applicable to this project is 238160, Roofing Contractors. Federal Prison Industries (FPI), operating under the trade name UNICOR, occupies multiple buildings within the secure confines of The Federal Bureau of Prisons - FMC Lexington to serve as a selfsustaining program providing work-based training to inmates. The scope of this project involves replacement of the existing ballasted EPDM roofing system totaling approximately 66,000 square feet of roof area with a new adhered TPO roofing system. Skylights will be removed and the roof deck filled in. Installation of a non-penetrating ballasted fall protection railing system in designated areas is required. Masonry re-pointing and concrete repairs will be done at the deteriorated walls and upper balcony edge. The existing rooftop HVAC systems and controls will be replaced with new systems, including new ductwork. Other tasks include asbestos abatement and mold remediation. The solicitation is set aside for competitive 8(a) Business Development (BD) Program participants. It is in accordance with Section 8(a) of the Small Business Act (15 U.S.C. §637(a), the Federal Acquisition Regulation (RFO) Part 19.8, and the executed partnership Agreement between the U.S. Small Business Administration (SBA) and the U.S. Department of Justice, Federal Bureau of Prisons. Site visit will be conducted on Tuesday, March 24, 2026, at 9:00 AM EST. Participants will meet in the front lobby of FMC Lexington, at 3301 Leestown Rd, Lexington, KY, 40511. Once accounted for, those in attendance will then be escorted to the physical site where services are to be performed. This site visit shall satisfy the Contractor's need to identify all general and local conditions that may affect the cost of the contract. Failure to inspect the site will not constitute grounds for claims after contract award. Up to (4) people per company may attend. Mandatory site visit attendance is required for award. Any company associated with the Prime (e.g. Subcontractor/Joint Venture/ Teaming Agreement) can attend and meet the mandatory attendance requirement. FEDERAL BUREAU OF PRISONS FMC LEXINGTON ACCESS REQUIREMENTS: Company Name, full names of attendees, and phone number for attendees along with Authorization for Release of Informantion Criminal History Check (NCIC) forms must be filled out and submitted to David Brown, D1xbrown@bop.gov & Jason Morgan, Jason.morgan2@usdoj.gov no later than Tuesday, March 17, 2026, at 2:00 PM EST. Phone number/point of contact for the company for notification of any NCICs that are denied. A background check will then be conducted and clearance granted before site access can be obtained. All contractors approved to enter the institution for the prebid meeting must bring a photo ID and your license plate number. The following are not allowed: Weapons (including pocketknives), cell phones, blackberries, pagers, radios, cameras, drugs, and alcohol. Contractor will be permitted to wear jeans in the institution, however, shorts, green or khaki-color clothing will not be allowed. The clothes will be proper and suitable for the services that are being provided. Please arrive at least 15 minutes early to allow time for security procedures. QUESTIONS WILL ONLY be accepted in writing and WILL NOT BE ACCEPTED AFTER Tuesday, March 31, 2026, at 2:00 PM, EST. Responses to questions and site visit sign in sheet will be posted via www.sam.gov as an amendment. NO PHONE CALLS PLEASE. QUESTIONS PERTAINING TO THIS SOLICITATION WILL ONLY BE ADDRESSED IN WRITING VIA EMAIL TO: Jason.morgan2@usdoj.gov PROJECT MUST BE COMPLETED WITHIN 265 days after receiving the notice to proceed. The date and time for receipt of proposals is Tuesday, April 14, 2026, at 2:00 PM EST. Offer must indicate Solicitation No. SV0204-26, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include acknowledgment of all amendments, if any.
Submit Bid