Skip to content
Department of Justice

FCI LEWISBURG - HARDEN FRONT LOBBY

Solicitation: 15B20726Q00000011
Notice ID: 9b6d194fe2c6486e9f10fe2483f1a776

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: PA. Response deadline: Apr 24, 2026. Industry: NAICS 236220 • PSC Z2FF.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$28,772,812,958
Sector total $36,938,810,208 • Share 77.9%
Live
Median
$319,338
P10–P90
$175,474$463,202
Volatility
Volatile90%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
77.9%
share
Momentum (last 3 vs prior 3 buckets)
-92%(-$24,513,086,437)
Deal sizing
$319,338 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 PA
Live POP
Place of performance
Lewisburg, Pennsylvania • 17837 United States
State: PA
Contracting office
Lewisburg, PA • 17837 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260004 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
Rate
CARPENTER
Base $57.36Fringe $30.09
+56 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260089 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+34 more occupation rates in this WD

Point of Contact

Name
Matthew Adler
Email
m2adler@bop.gov
Phone
5705227668

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FCI LEWISBURG
Office
Not available
Contracting Office Address
Lewisburg, PA
17837 USA

More in NAICS 236220

Description

Dear Offeror:

Please review all sections of this solicitation packet, the solicitation, and all attachments. This information is essential to submit a valid and complete offer.

The Federal Bureau of Prisons (FBOP) is issuing solicitation 15B20726Q00000011 for the award of a firm-fixed-price construction contract for a project entitled HARDEN FRONT LOBBY at the Federal Correctional Institution (FCI Lewisburg), located in Lewisburg, PA.

FCI LEWISBURG is a federal correctional facility located at 2400 Robert F. Miller Dr., Lewisburg PA 17837.  The Work of Project is defined by the Contract Documents and consists of the following:

All offers must come with an offer guarantee. All offers are also subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. Offers must provide a minimum of 30 calendar days for Government acceptance after the date that offers are due. Offers that do not provide this minimum acceptance timeframe may be rejected. Should the offer be accepted within 30 calendar days following the date offers are due, offerors must also perform the work at the prices they specify on the attached SF-1449 solicitation document in strict accordance with the solicitation. The contractor will provide all necessary equipment, labor, materials, and incidentals unless stated otherwise in the Statement of Work to perform a complete replacement of the existing aluminum storefront window assemblies and entry door located in the institution’s Main Lobby. See the Statement of Work included with the solicitation posting for the complete requirements list.

The contractor is expected to begin work within 10 days of receiving the notice to proceed. The performance period for the project will be 191 Calendar Days from issuance of the notice to proceed.

The NAICS code for this requirement is 236220. Pursuant to Justice Acquisition Regulation (JAR) 2836.204, the estimated magnitude of the project lies between $100,000.00 and $250,000.00. (NOTE: This range is one of 5 available ranges from JAR 2836.204 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 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 offerors 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).

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include:
• 52.222-25, Affirmative Action Compliance, and
• 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, paragraph (d).

• 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and
• paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services.
Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM

Pre-Bid Site Visit 

(a) An organized site visit has been scheduled for Friday, April 17, 2026, at 9:00 A.M. EST

(b) Participants will meet at 2400 Robert F. Miller Dr., Lewisburg PA 17837 at the front lobby entrance to the institution.

(c) A criminal history check must be completed for all site visit attendees, and all site visit attendees must pass the criminal history check. For convenience, the applicable form has been included to the attachments of this solicitation named “Criminal History Check Form”. Forms must be submitted to Matthew Adler at (m2adler@bop.gov). All documents must be sent in PDF format. Forms must be submitted by April 13, 2026, at 3:00 PM EST.

Q&A

All Q&A submissions must be sent by email to Matthew Adler at (m2adler@bop.gov). No call or fax submissions will be accepted. All documents must be sent in PDF format. All Q&A submissions must be turned into this email no later than April 20, 2026, at 3:00 PM EST. Any late submissions are subject to not being accepted.

Evaluation Factors

This acquisition will be utilizing FAR policy 15.101-1, Tradeoff process. Therefore, the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the requirements for acceptability. To establish minimum requirements of performance, past performance and technical acceptability will also be evaluated.

Best Value Tradeoff

Under this method, the Government will evaluate quotes using the best value trade-off approach. The following evaluation factors that will be used are listed in descending order of importance:

Factor I – Technical / Management Approach: Evaluation of the Offeror’s understanding of the work, construction phasing, site coordination, staffing plan, safety and quality control approach, and ability to perform while the facility remains operational. Offerors are required to provide a technical proposal addressing ability to perform all sections of the statement of work (SOW).

Factor II – Specialized Experience: Evaluation of the relevance and depth of experience on projects of similar size, scope, complexity, and security environment.

Factor III – Schedule: Evaluation of the realism, completeness, and feasibility of the proposed construction schedule, including identification of critical path activities.

Factor IV – Past Performance: Evaluation of prior performance information obtained from CPARS, PPQs, and other Government sources for similar construction projects.

Factor V – Price: Evaluation of price for reasonableness and consistency with the proposed technical approach.

Proposal Submission

All submissions must be emailed to Matthew Adler at (m2adler@bop.gov). No call or fax submissions will be accepted for this acquisition. All documents must be sent in PDF format. All proposal submissions must be turned into this email no later than April 24, 2026, at 3:00 PM EST. Any late submissions are subject to not being accepted.

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.