ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Replace Roofs FCI 1 & SPC- FCC Oakdale

DEPARTMENT OF JUSTICE 15BBNF26B00000003
Response Deadline
Feb 11, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 square feet of ceiling, 115,000 square feet of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by 11:00 AM PST on February 11, 2026. Interested contractors must be registered in SAM.gov under NAICS code 238160 and can contact Patrick Ford at pford@bop.gov for further information.

Classification Codes

NAICS Code
238160
Roofing Contractors
PSC Code
Z2FF
REPAIR OR ALTERATION OF PENAL FACILITIES

Solicitation Documents

8 Files
Instructions to Bidders.pdf
PDF1355 KBDec 3, 2025
AI Summary
The Federal Bureau of Prisons (BOP) is soliciting bids for the replacement of roofs at FCI 1 & SPC within FCC Oakdale, Louisiana, under Solicitation No. 15BBNF26B00000003. This is a 100% small business set-aside, requiring contractors to be registered in SAM.gov under NAICS Code 238160. Bids are due by January 20, 2026, at 11:00 am PST and must be submitted electronically via the JEFS APP BOX. A non-mandatory pre-bid conference and site visit are scheduled for December 17, 2025. Required documents include SF-1442, Commodity or Services Schedule, SF-24 Bid Bond (with a wet-signed original mailed), and specific FAR provisions. Bidders must also provide past performance information from at least five references and a bank reference by the bid due date. The BOP emphasizes electronic submission and outlines strict requirements for bid content, format, and evaluation based on financial resources, performance record, integrity, technical skills, and equipment.
Solicitation Document.pdf
PDF555 KBJan 23, 2026
AI Summary
This government solicitation, RFP 15BBNF26B00000003, issued by the Federal Bureau of Prisons, seeks a contractor to replace roofs at FCI 1 & SPC at the Federal Correctional Complex in Oakdale, LA. The project, valued between $10,000,001.00 and $25,000,000.00, requires the contractor to provide all materials, labor, and equipment in accordance with the Statement of Work and Drawings. Key requirements include mandatory performance and payment bonds, with specific details on bid guarantees and individual surety bonds. The contractor must meet strict insurance requirements (Workers' Compensation, General Liability, Automobile Liability) and adhere to a 721-calendar-day completion period after notice to proceed. The project involves a pre-construction conference, detailed submittal procedures, and adherence to institutional work hours and security protocols, including criminal history checks for all personnel. Payment applications will follow AIA Form G-702, and monthly progress meetings will be held. Contract closeout procedures require various documents, including affidavits and warranties, to be submitted within six months of physical completion. Liquidated damages of $1,358.74 per calendar day will apply for delays. The solicitation also incorporates numerous FAR clauses by reference and full text, covering areas like executive compensation reporting, SAM maintenance, sustainable products, and Buy American provisions.
Wage Determination LA20250016.pdf
PDF1789 KBJan 23, 2026
AI Summary
The SAM.gov General Decision Number: LA20250016 outlines prevailing wage rates and labor requirements for building construction projects in Allen County, Louisiana, excluding single-family homes and apartments up to four stories. This decision, superseding LA20240016, was published on January 3, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or extended on/after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not extended). These rates are subject to annual adjustments. The document also lists specific wage and fringe benefit rates for various crafts, including asbestos workers, electricians, plumbers, roofers, and laborers. It clarifies that Executive Order 14026 minimum wage requirements are not currently enforced in contracts involving Texas, Louisiana, or Mississippi. Additionally, it references Executive Order 13706, which mandates paid sick leave for federal contractors. The document explains classification identifiers (Union, Union Average, Survey, State Adopted Rates) and provides a detailed process for appealing wage determinations, directing interested parties to the WHD Branch of Wage Surveys, the WHD Branch of Construction Wage Determinations, the Wage and Hour Administrator, and ultimately the Administrative Review Board.
Bid Bond SF24.pdf
PDF703 KBJan 23, 2026
AI Summary
The Standard Form 24 (SF 24) is a bid bond form used when a bid guaranty is required for federal government contracts, including construction, supplies, or services. This form ensures that if a principal's bid is accepted, they will execute the necessary contractual documents and provide required bonds, or compensate the government for any increased procurement costs if they fail to do so. The bond's penal sum can be a percentage of the bid price, potentially with a maximum dollar limitation. Key instructions cover proper completion, including the legal names and addresses of the principal and surety(ies), organizational type, and state of incorporation. Corporate sureties must be on the Department of the Treasury's approved list, and co-surety arrangements are permitted, provided their combined liability equals 100% of the bond's penal sum. Individual sureties require a completed Affidavit of Individual Surety (SF 28). The form also details conditions for the bond's voidance and the surety's obligation regarding extensions of bid acceptance time.
Amendment 0001- Bid Date Extension.pdf
PDF123 KBJan 23, 2026
AI Summary
This amendment to solicitation 15BBNF26B00000003 extends the bid due date and time for offers. The new deadline for submissions is now 11:00 AM PST on Wednesday, February 11, 2026. The document outlines the methods for offerors to acknowledge receipt of this amendment, including completing specific items on the form, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified time may lead to the rejection of an offer. It also clarifies that if an offeror wishes to change a previously submitted offer due to this amendment, the changes must be communicated in writing, referencing both the solicitation and the amendment, and be received before the new bid opening time. No other changes to the solicitation are specified at this time.
Instructions to Bidders- Revised.pdf
PDF1484 KBJan 23, 2026
AI Summary
The Federal Bureau of Prisons (BOP) issued Solicitation No. 15BBNF26B00000003 for replacing roofs at FCI 1 & SPC at FCC Oakdale. This 100% small business set-aside requires contractors to be registered in SAM.gov under NAICS code 238160. Bids are due by January 20, 2026, at 11:00 am PST and must be submitted electronically via the JEFS APP BOX. Required documents include SF-1442, Commodity or Services Schedule, SF-24 Bid Bond (with a mailed original), and specific FAR provisions. A non-mandatory pre-bid conference and site visit are scheduled for December 17, 2025, at FCC Oakdale, requiring a criminal history check for attendees. Questions must be submitted by December 19, 2025. Bidders must also provide past performance information, including at least five company/government agency references and a bank reference, with questionnaires sent directly to Patrick Ford (pford@bop.gov) by the bid due date. The virtual bid opening will be on January 20, 2026, at 11:00 am PST via Microsoft Teams. Award will be based on contractor responsibility, assessing financial resources, performance record, integrity, technical skills, and equipment.
Tracking Information Page.pdf
PDF647 KBJan 23, 2026
AI Summary
This document outlines the submission requirements for bid 15BBNF26B00000003, focusing on federal government RFPs. Bidders must submit an electronic bid as a single Adobe PDF, including the Bid Submissions Cover Page, specific Solicitation SF1442 pages, and a scanned copy of the Bid Bond with legible raised seals. A crucial requirement is the submission of an original bid guarantee with a “wet” signature and raised seal, which must be mailed or delivered to the Federal Bureau of Prisons, Western Regional Office in Stockton, CA, by the bid opening date and time. Delivery hours are restricted to 8 am - 1 pm, Monday - Friday, excluding federal holidays. This process ensures compliance with FAR 52.228-1 and facilitates a secure and verifiable bid submission.
Criminal History Check Form.pdf
PDF612 KBJan 23, 2026
AI Summary
The Federal Bureau of Prisons' BP-A0660 form,

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 6, 2025
amendedAmendment #1· Description UpdatedDec 3, 2025
amendedAmendment #2Dec 4, 2025
amendedAmendment #3· Description UpdatedJan 14, 2026
amendedAmendment #4· Description UpdatedJan 22, 2026
amendedLatest Amendment· Description UpdatedJan 23, 2026
deadlineResponse DeadlineFeb 11, 2026
expiryArchive DateFeb 26, 2026

Agency Information

Department
DEPARTMENT OF JUSTICE
Sub-Tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FAO

Point of Contact

Name
Patrick Ford

Place of Performance

Oakdale, Louisiana, UNITED STATES

Official Sources