Skip to content
Department of Justice

FCI Englewood - Upgrade Health Services Elevator

Solicitation: 15BBNF26Q00000048
Notice ID: 7a46ea3681be401fb6be086406c58f6e

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: CO. Response deadline: Apr 29, 2026. Industry: NAICS 238290 • PSC Z2FF.

Market snapshot

Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.

12-month awarded value
$18,508,775
Sector total $36,989,116,708 • Share 0.1%
Live
Median
$19,749
P10–P90
$15,550$23,948
Volatility
Moderate43%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+259354%($18,494,513)
Deal sizing
$19,749 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 CO
Live POP
Place of performance
Littleton, Colorado • 80123 United States
State: CO
Contracting office
Grand Prairie, TX • 75051 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CO20260026 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Park
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
+31 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 31 more rate previews.
Davis-BaconBest fitstate match
CO20260026 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Park
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Davis-Baconstate match
CO20260019 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Clear Creek
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Luke Bonner
Email
lbonner@bop.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FAO
Office
Not available
Contracting Office Address
Grand Prairie, TX
75051 USA

More in NAICS 238290

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR part 12 in conjunction with FAR Part 36. This announcement constitutes the only solicitation. Quotations 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 15BBNF26Q00000048 is issued as a request for quotation (RFQ), for:

The Federal Bureau of Prisons, Field Acquisition Office, intends to issue a solicitation for the following requirement:

The Federal Bureau of Prisons, FCI Englewood located at 9595 W. Quincy Ave., Littleton, CO 80123 intends to make a single award to a responsible entity that will provide all necessary equipment, labor, materials, and incidentals for a comprehensive modernization of the Health Services passenger elevator (ELEV‑01‑ENG). The existing OTIS traction/cable elevator (3,000‑lb capacity, 3 stops, Motion Control VFMC‑1000‑PTC controller) will undergo a full overhaul including replacement of obsolete controllers, drive systems, hoist machine, motor, brake, governor systems, ropes, wiring, communication systems, and associated safety equipment. Work includes installation of new microprocessor‑based controls, ACVVVF drive equipment, emergency braking devices, seismic components, door equipment, signal fixtures, two‑way communication systems, and machine‑room upgrades. The contractor will refurbish or replace hoistway components, provide new hoistway door panels, update restricted‑floor security features, and ensure compliance with ASME A17.1, applicable building codes, and all performance requirements (speed, leveling, door timing, noise/vibration limits).

See the Statement of Work/Specifications attachment included with the solicitation posting for the complete requirements of the work.

The performance period for the project will be 336 Calendar Days from issuance of the notice to proceed.

The NAICS code for this requirement is 238290 Other Building Equipment Contractors with a corresponding small business size standard of $22 million.

The solicitation will be distributed solely through the Contract Opportunity website at https://www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions.

The "Sensitive /Secure package Upload" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from www.sam.gov will be granted access. If your firm does not have the NAICS code listed in www.sam.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted access.

If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action.

IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://www.sam.gov. In order to qualify for award, your business size metrics information entered in your www.sam.gov SAM registration must be less than or equal to the size standard specified above.

Each offeror's www.sam.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their www.sam.gov registration and update as necessary, including the size metrics information.

This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business for the applicable NAICS code (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration).

Quotation Deadline: The anticipated closing date for receipt of quotations is April 29, 2026, at 12:00 pm Mountain Time.

Payment Terms: Payment will be processed via Electronic Funds Transfer (EFT) in accordance with 52.232-33 Payment by Electronic Funds Transfer- System for Award Management

Additional Requirements: Offerors must include a specification sheet and any submittal information about the products offered in their quotation. Faxed and hand-delivered quotes will not be accepted.

Site Visit: A site visit will be held at FCI Englewood to allow interested vendors the opportunity to examine existing conditions and the work area. Attendance is encouraged but not mandatory. Vendors wishing to attend must submit NCIC background check forms for all proposed attendees by the deadline stated in the solicitation. Only individuals who have received prior approval will be permitted to enter the facility. Specific instructions regarding the date, time, meeting location, required identification, and security procedures will be provided in the solicitation. Questions will not be answered during the site visit; all questions must be submitted in writing to the Contracting Officer in accordance with the solicitation instructions.

Solicitation Post Date: estimated Thursday, April 2, 2026

NCIC forms due: Monday, April 13, by 9am MDT - email to jx7white@bop.gov

Site Visit: Wednesday, April 15, 2026 at 9am MDT

Questions Due: Friday, April 17, 2026 by 11am MDT

Offer Due Date: Friday, April 29, 2026 at 12:00pm MDT

Any questions regarding the solicitation may be submitted in writing via email to lbonner@bop.gov.

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.