Skip to content
Department of Justice

UNICOR ROOF AND HVAC REPLACEMENT - LEXINGTON

Solicitation: SV0204-26
Notice ID: 66206db6c8d9438da7fdb76d7f132724

Combined Synopsis Solicitation from FEDERAL PRISON INDUSTRIES, INC • JUSTICE, DEPARTMENT OF. Place of performance: KY. Response deadline: Apr 21, 2026. Industry: NAICS 238160 • PSC Z2FF.

Market snapshot

Awarded-market signal for NAICS 238160 (last 12 months), benchmarked to sector 23.

12-month awarded value
$138,051,515
Sector total $37,070,197,913 • Share 0.4%
Live
Median
$6,508,107
P10–P90
$2,227,393$10,788,821
Volatility
Volatile132%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+930%($113,614,945)
Deal sizing
$6,508,107 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for KY
Live POP
Place of performance
Lexington, Kentucky • 40511 United States
State: KY
Contracting office
Lexington, KY • 40511 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
KY20260020 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Kentucky • Calloway
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.00Fringe $20.89
Rate
BOILERMAKER
Base $43.85Fringe $28.44
+35 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 35 more rate previews.
Davis-BaconBest fitstate match
KY20260020 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Calloway
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.00Fringe $20.89
Rate
BOILERMAKER
Base $43.85Fringe $28.44
Rate
BRICKLAYER
Base $33.70Fringe $16.57
+34 more occupation rates in this WD
Davis-Baconstate match
KY20260104 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Henry, Oldham
Rate
BOILERMAKER
Base $43.85Fringe $28.44
Rate
CARPENTER (Includes Acoustical Ceiling Installation, Drywall Hanging, Metal Stud Installation, Form Work, and Floor Laying - Carpet and Vinyl)
Base $30.80Fringe $22.34
Rate
MILLWRIGHT
Base $35.54Fringe $29.13
+33 more occupation rates in this WD
Davis-Baconstate match
KY20260085 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Henry, Spencer, Trimble
Rate
CARPENTER (Form Work Only)
Base $33.89Fringe $24.06
Rate
ELECTRICIAN
Base $40.96Fringe $22.44
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $41.55Fringe $19.60
+21 more occupation rates in this WD
Davis-Baconstate match
KY20260073 (Rev 0)
Open WD
Published Jan 02, 2026Kentucky • Kenton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
ELECTRICIAN
Base $40.96Fringe $22.44
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $44.14Fringe $16.41
+19 more occupation rates in this WD

Point of Contact

Name
Jason Morgan
Email
jason.morgan2@usdoj.gov
Phone
Not available
Name
Joshua Hassler
Email
joshua.hassler2@usdoj.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON INDUSTRIES, INC
Subagency
FEDERAL PRISON INDUSTRIES, INC
Office
Not available
Contracting Office Address
Lexington, KY
40511 USA

More in NAICS 238160

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 21, 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.