Skip to content
Department of Justice

FCI Englewood - Replace Powerhouse Roof

Solicitation: 15BBNF26Q00000038
Notice ID: e78acf9f0e974a1e9154b0f12c3d4578

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: CO. Response deadline: Apr 10, 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
$138,141,507
Sector total $37,282,666,276 • Share 0.4%
Live
Median
$34,791
P10–P90
$26,565$7,578,286
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+931%($113,704,937)
Deal sizing
$34,791 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
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260008 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • El Paso, Pueblo, Teller
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
ELECTRICIAN
Base $40.70Fringe $18.47
Rate
POWER EQUIPMENT OPERATOR: (3)-Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.20Fringe $15.20
+75 more occupation rates in this WD
Davis-Baconstate match
CO20260007 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Boulder
Rate
POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.03Fringe $15.20
Rate
Scraper (single bowl, under 40 cu. yd), Crane (50 tons and under)
Base $35.20Fringe $15.20
Rate
Drill Rig Caisson (Watson 2500 similar or larger), Crane (51-90 tons), Scraper (40 cu.yd and over),
Base $35.41Fringe $15.20
+50 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 238160

Description

Amendment 0001 is hereby issued to incorporate the following into Request for Quotation 15BBNF26Q00000038:
1) Incorporate Pre-Quotation Site Visit Meeting Minutes and Sign-In Sheet (see attached).
2) Incorporate photos taken at Pre-Quotation Site Visit
3) Extend solicitation closing date (due date of offers) to April 10, 2026.

Notice of Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes only solicitation. Offers 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 15BBNF26Q00000038 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:

FCI Englewood requires the complete removal and replacement of the roofing system on the Outside Powerhouse at the Federal Correctional Institution (FCI) Englewood, located at 9595 W. Quincy Avenue, Littleton, CO 80123.The contractor shall furnish all labor, materials, equipment, tools, supervision, and warranties necessary to remove approximately 12,000 square feet of existing roofing down to, but not including, the metal or concrete deck, and to install a new fully adhered TPO roofing system consisting of approximately 11,500 square feet over metal decking and 500 square feet over concrete decking. The work includes all associated roofing components such as insulation, flashings, copings, transitions, drainage slope, gutters, downspouts, sealants, primers, adhesives, substrate materials, penetration seals, fasteners, fiberboard, gypsum board, termination bars, sheet metal, vapor protection, and walkway protection around roof access points, HVAC units, security equipment, and roof edges. All work shall comply with the manufacturer’s most current specifications, applicable codes, and all requirements contained in Divisions 01, 02, and 07 of the project specifications. The contractor shall also provide a manufacturer’s assembly letter confirming that the roofing system meets a 20‑year warranty and a 100‑mph wind rating.

The Government anticipates awarding a firm‑fixed‑price contract. Award will be made to the responsible vendor whose quotation conforms to the solicitation and is determined to be Lowest Price Technically Acceptable (LPTA). Technical acceptability and price will be evaluated in accordance with the solicitation.

The solicitation will be made available on or about March 16, 2026, and will be posted to the GPE website at www.sam.gov. All future information related to this acquisition, including any solicitation amendments and award notices, will also be disseminated through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information regarding this solicitation.

Registration in SAM: Each offeror must be registered in www.SAM.gov and must complete the necessary representations and certifications in SAM at the time of submitting their quotation.

Quotation Deadline: The anticipated closing date for receipt of quotations is April 3, 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 Monday, March 16, 2026

NCIC forms due: Monday, March 23, by 9am MDT - email to jhsmith@bop.gov

Site Visit: Wednesday, March 25, 2026 at 9am MDT

Questions Due: Friday, March 27, 2026 by 11am MDT

Offer Due Date: Friday, April 3 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.