FCI Thomson - Refinish Epoxy in Showers
Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: IL. Response deadline: Feb 17, 2026. Industry: NAICS 325520 • PSC 8030.
Market snapshot
Awarded-market signal for NAICS 325520 (last 12 months), benchmarked to sector 32.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 325520
Description
Notice of Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes only solicitation. Offers are being requested and a separate written solicitation will not be issued.
This acquisition IS set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
Solicitation number 15BBNF26Q00000020 is issued as a request for quotation (RFQ), for:
The Federal Bureau of Prisons, Field Acquisition Office, intends to issue a solicitation for the supply and delivery of:
FCI Thomson requires the supply and delivery of epoxy flooring materials for refinishing shower floors and integral cove bases in the housing units. This is a materials-only procurement; no installation services are required.
The contractor shall furnish all epoxy products and additives specified in the Statement of Work, including an Everlast® (or equivalent) 100% solids epoxy floor system, integral cove and wall materials, slip‑resistance additive, stay‑clean sealant, verti‑fill, and mini fibers. All materials must meet the performance characteristics outlined in the specification and include manufacturer installation instructions.
The total required coverage is 4,000 square feet of epoxy flooring and 3,100 linear feet of integral cove. Delivery shall be made to FCI Thomson in accordance with the terms of the solicitation. Place of performance is the Federal Correctional Institution (FCI) Thomson, IL, located at 1100 One Mile Road, Thomson, IL 61285.
The contract type will be Firm-Fixed-Price (FFP). The Government reserves the right to award to the responsible vendor(s) whose offer conforms to the solicitation and is considered most advantageous to the Government. The evaluation criteria will follow the Lowest Price – Technically Acceptable (LPTA) method, where price and technical acceptability will be evaluated equally.
The solicitation will be made available on or about February 3, 2026, and will be posted to the GPE website at www.sam.gov. All future information related to this acquisition, including any solicitation amendments and award notices, will also be disseminated through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information regarding this solicitation.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.