Skip to content
Department of Justice

IDIQ For Architect Engineer (A/E) Services for Central Office

Solicitation: 15B70026PR000155
Notice ID: b930112fe18943ce9423c6c0f2c1c80b

Sources Sought from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 15, 2026. Industry: NAICS 541310 • PSC C219.

Market snapshot

Awarded-market signal for NAICS 541310 (last 12 months), benchmarked to sector 54.

12-month awarded value
$133,417,376
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$3,000,000
P10–P90
$659,991$3,000,000
Volatility
Volatile78%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+23026%($132,268,534)
Deal sizing
$3,000,000 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 DC
Live POP
Place of performance
Washington, District of Columbia • 20534 United States
State: DC
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
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $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, and 4 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. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Alex Jackson
Email
a4jackson@bop.gov
Phone
2025789940

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 541310

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 QUALIFICATION DOCUMENTS OR PROPOSALS. SHOULD THIS REQUIREMENT MOVE FORWARD, A SYNOPSIS OF THE PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE PROVIDING INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY.

Please only respond to this sources sought notice if you are an architect/engineering firm interested in submitting a proposal and are capable of performing the corresponding work required.

The Federal Bureau of Prisons (FBOP), Central Office anticipates the need for a multiple award, indefinite delivery indefinite quantity (IDIQ), firm-fixed price contract for supplemental Architect Engineer (A/E) services with one-year base requirement and up to four option years. The Government anticipates making four (4) awards; however, the ultimate number of contracts will be determined after the assessment of qualified contractors.

The services will be for Federal Bureau of Prisons facilities throughout the 50 states and the U.S. territory of Puerto Rico. A/E Firms are required to be licensed/registered within the applicable states and must conform to all laws, rules, and requirements. 

The firms shall provide architectural, engineering, construction administration and related services for existing institutions, the development of new institutions and support infrastructure for the United States Government, Department of Justice, Bureau of Prisons (BOP).

Services required include, but are not limited to:

A. Performance of physical plant and infrastructure system reviews and subsequent reporting of findings and recommendations.

B. Certifying that design, construction, or conditions at existing facilities surveyed complies with Architectural Barriers Act (ABA), life safety (NFPA 101), energy related, environmental, and all other relevant codes and regulatory requirements. Certification will be accomplished by appropriately qualified professionals as indicated in the BOP’s Technical Design Guidelines.

Federal projects are not subject to complying with State, City, County, or other local codes unless that authority is delegated to them by another federal agency such as EPA. BOP’s Health Services Assistant Director is the AHJ for BOP life safety matters. That authority is delegated to the AE, the technical experts, who will act as the AHJ on BOP projects as necessary for all life safety related matters for this contract.

C. Performance of Life Cycle Cost analyses for all design development and other tasks as required per Title 10 CFR Parts 435 and 436.

D. Preparation of various technical and feasibility studies, surveys, engineering reports, and analyses related to existing institutions.

E. Performance of various testing and inspection services such as, but not limited to, the existence of or extent of hazardous materials on site, adequacy of energy efficiency measures, video surveillance of sewage lines, analyses of structural integrity, electrical load/demand side tests, water quality tests, construction related tests, and others as required by applicable codes, regulations, and policies.

F. Development of Request for Qualifications and/or Request for Proposals (RFP) documents to be used for the procurement of Design-Build contract(s) or Invitation for Bids for the Design-Bid-Build process for Federal Correctional Facilities.

G. Development of Design and Construction documents for selected construction projects at existing institutions.

H. Development of independent cost estimates for selected construction projects at existing institutions, utility contracts, A/E contracts, and proposed contract modifications. Performance of subsequent comparisons and analyses of the same. Development of future budget requirement projections.

I. Review of contractor submittals and performance of technical analyses of same.

J. Assistance in the development and management of project and construction contract schedules utilizing critical path methods and other related analyses.

K. Providing site visits at existing institutions.

L. Performance of consulting services related to existing institutions such as, but not limited to, development of planning, operating, budgeting, and data system requirements.

M. Participation in construction inspections at existing institutions.

N. Performance of Facilities Programs conformance reviews. Facilities Programs include Historic Preservation, Life Safety, Energy Management, Environmental Management, Design Compliance, Accessibility, and Physical Plant Reviews.

O. Assistance with the development of and management of databases/systems associated with Facilities Programs.

P. Assistance with development of, maintenance of, and management of computerized construction maintenance and capital planning programs.

Most projects will take place in a fully occupied, fully operational, secure correctional environment. Most projects require complex design effort and detail along with extensive coordination between design disciplines, the institution, and the Central Office during design and construction. Projects at select institutions may involve issues of national security.

Firms are to perform services as required by the issuance of individual task orders. The guaranteed annual minimum amount of each contract is $10,000 and the estimated annual maximum is $3,000,000. Services will be required for a one-year base period with four one-year option periods (if exercised) for a total of up to 60 months from the date of award.

The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services) with a corresponding small business size standard of $12.5 million average annual receipts for the firms preceding three fiscal years. If the requirement were to proceed as full and open, firms larger than this average will be considered large businesses and will be required to submit a small business subcontracting plan if selected to submit a proposal unless the services will be completed fully in-house by the firm for the entire contract duration.

Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov. NAICS code 541310 must be included where applicable in registrations.

This requirement will be fulfilled pursuant to the Federal Acquisition Regulation (FAR) 36.6 and the Brooks Act. Pursuant to FAR 36.209 and 36.606(c), for any firm(s) receiving award under this requirement, no construction contract may be awarded to the firm (including any of its subsidiaries or affiliates) that designs the corresponding project.

Interested firms are requested to respond to this notice by adding their names to the Interested Vendors List for this posting by April 15, 2026. The synopsis of proposed contract action will include further instructions for responding to this opportunity. Interest contractors are advised to continuously monitor https://sam.gov for all future updates.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.