USP Marion - Upgrade Electrical - USP & SPC
Sources Sought from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: IL. Response deadline: Mar 13, 2026. Industry: NAICS 238210 • PSC Z2FF.
Market snapshot
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238210
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A PRE-SOLICITATION SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.
PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.
Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Kevin Slone at kslone@bop.gov. Responses must be received no later than March 13, 2026. Interested vendors must also add their names to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your account).
The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled Update Electrical – USP & SPC, at the United States Penitentiary (USP) Marion, located in Marion, Illinois. USP Marion is federally owned facility located at 4500 Prison Rd, Marion, IL 62959. The project consists of the following:
- Existing unit substations in Vaults 1 through 5 will be replaced with new unit substation equipment mounted on new concrete pads on grade outdoors. Primary circuitry will be extended to feed each substation from existing vacuum loop switchgear, except for unit substation 4.
- All electrical equipment in Vault 4 will be demolished. New unit substation 4 will incorporate primary switchgear to replace the functionality of the Vault 4 loop switch. Existing panelboards in Vault 4 required to remain in service will be replaced with new panelboards in other locations. Existing primary loop fault indicators in Vault 4 will be salvaged, reinstalled and re-wired at the new substation.
- Structural repairs will be made to vault 4, all openings sealed, and the vault will be backfilled.
- The existing transformer and switchboard feeding the “Old Camp” will be demolished and replaced with new unit substation equipment mounted on a new concrete pad on grade outdoors. Existing primary cables will be spliced within the existing transformer “shack” and extended to the new substation.
- The existing primary circuitry serving the “Training Center” from the “Old Camp” transformer building will be spliced and re-fed from a switch incorporated in the new substation.
- Each new unit substation will incorporate metering at the low-voltage main breaker and each feeder breaker. Metering data will be communicated to the existing facility management system via new wiring. The facility management system will be configured to read, display, and record new metering data.
- Feeder circuits from each new Substation 1 through 6 to the immediate downstream panelboards will be replaced with new.
- Numerous deteriorated and under-rated panelboards served from substations 1 through 6 will be replaced with new panelboards. Boxes of flush-mounted panelboards will be extended to facilitate new conduit connections. Existing wiring will be spliced and extended as necessary.
- Panelboards not indicated for replacement will be upgraded with new dedicated equipment ground buses where they don’t exist. Branch circuit equipment grounds and neutrals will be re-terminated on their proper buses. The Contractor will be responsible to inspect the interior of each panelboard to determine which require new ground buses.
- Existing branch circuitry and wiring devices serving the penitentiary kitchen equipment, penitentiary laundry equipment, and “Old Camp” kitchen equipment will be replaced with new.
- Selected existing deteriorated motor starters in the Powerhouse will be replaced with new starters having similar functionality.
See the Statement of Work/Specifications attachment for the complete requirements for the project.
Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov. The estimated magnitude of the project lies more than $10M.
The estimated magnitude of the project lies more than $10M. (NOTE: This range is one of 8 available ranges and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.)
The North American Industrial Classification System (NAICS) code applicable to this requirement is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a corresponding small business size standard of $19 million. To be considered an interested vendor, you must possess this NAICS code in your https://sam.gov registration.
Interested bidders must be registered in https://sam.gov.
The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration). Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Kevin Slone at kslone@bop.gov. Responses must be received by March 13, 2026. Interested vendors must also add their name to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your vendor account).
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.