Replace Roofs at FCI Petersburg Low
ID: 15BFA025B00000038Type: Presolicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFAOGRAND PRAIRIE, TX, 75051, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF PENAL FACILITIES (Z2FF)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a construction contract to replace the roofs at the Federal Correctional Institution (FCI Petersburg-Low) located in Hopewell, Virginia. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the flat roofs across the facility, with an estimated project value between $5 million and $10 million. This opportunity is set aside exclusively for small businesses under NAICS code 238160, emphasizing the importance of compliance with federal regulations and security protocols. Interested contractors must submit their bids electronically by August 27, 2025, and can contact Kimberly Johnson at knjohnson@bop.gov or 202-598-6059 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to solicitation 15BFA025B00000038, effective July 31, 2025, extends the closing date to August 14, 2025. This amendment incorporates a site visit sign-in sheet, meeting minutes, Addendum #1 to the specifications, and questions/answers with photos. The project, "Replace Roofs" at FCI Petersburg-Low (Project 25Z1AD6), has a magnitude of $5,000,000 to $10,000,000. Key changes include requirements for tapered insulation to ensure a 1/4" per foot slope with a minimum R-30 value, replacement of damaged canopies, correction of roof hatch orientation, and installation of a complete lightning protection system per NFPA 780 and UL 96A standards. Contractors must adhere to strict security protocols, including tool accountability and no contact with inmates. The project's period of performance is 427 calendar days with liquidated damages of $1,861.11 per day for delays. All bids must be submitted electronically, with original bid guarantees mailed separately.
    Amendment 0002 to Solicitation 15BFA025B00000038 for the Federal Bureau of Prisons extends the closing date to August 27, 2025, at 14:00 CT. This amendment includes Addendum #2 to the Statement of Work and responses to submitted questions, clarifying changes to the original scope. Specifically, it has been determined that roof drain, roof hatch, and smoke/heat vent replacements are no longer necessary, and bidders should exclude these items from their proposals. The document also clarifies the location of drawings and provides detailed HVAC curb sizes for various buildings. No revised bid form will be issued.
    The document is an amendment (0001) to a solicitation (15BFA025B00000038) regarding a project for roof replacement at FCI Petersburg-Low (Project 25Z1AD6), administered by the Federal Bureau of Prisons. It extends the solicitation closing date to August 14, 2025, and includes critical updates such as site visit details, specification addendums, questions and answers from bidders, and logistical guidelines for bid submissions. Key provisions address contractor responsibilities, including demolition requirements, insulation specifications, and safety protocols. Additionally, it outlines the mandatory compliance with the Davis Bacon Act and sets liquidated damages for delays. The document stipulates procedures for bid submissions, detailing electronic requirements, required forms, and submission dates. Clarifications regarding existing conditions, potential replacements (e.g., roof hatches and drains), and a focus on improving drainage are noted. All bids must comply with new stipulations, including the necessity for a lightning protection system. These updates and requirements reflect the federal government's extensive efforts to maintain safety, compliance, and quality standards throughout the project, ensuring a successful roof replacement initiative while navigating the unique conditions of a correctional facility.
    The document is an Abstract of Offers for Construction for Solicitation Number 15BFA025B00000038, issued on June 26, 2025, and opened on August 27, 2025. The project, titled "Replace Roofs at FCI Petersburg-Low, Hopewell, Virginia," involved one amendment. The government's estimate for the project was $4,028,970.00. Five offers were received: MSGI Construction ($6,200,000.00), AOD RBT JV ($6,200,000.00), CHERICO CONSTRUCTION SERVICE, LLC. ($6,547,893.57), ROOFING RESOURCES, Inc. ($3,982,500.00), and FUNCTION ENTERPRISES ($8,294,352.00). All offerors acknowledged amendments 0001 and 0002 and provided 20% bid security. Kimberly Johnson, Contracting Officer for the Federal Bureau of Prisons, Field Acquisition Office, certified the opening and recording of all offers.
    The Federal Bureau of Prisons' BP-A0660 form,
    The document is an authorization form from the U.S. Department of Justice, Federal Bureau of Prisons, which allows individuals to grant permission for a criminal history background check. Such checks are mandatory for anyone wishing to enter or serve in any Bureau facility, including volunteers and contractors. The form collects essential personal information, including name, address, contact details, citizenship, social security number, and physical descriptors like height and weight. It contains a Privacy Act Notice outlining the authority under which information is collected, its uses for assessing fitness for federal employment or service contracts, and the implications of not providing complete information, which can result in denial of entry or employment. Additionally, a bilingual version of the authorization form is available to assist Spanish-speaking applicants. This document's structure includes sections for personal details and legal notifications about the collection and use of the information provided, illustrating the procedural requirements for security clearances within federal facilities.
    The Federal Bureau of Prisons is soliciting bids (Solicitation No. 15BFA025B00000038) for roof replacement at FCI Petersburg-Low. This 100% small business set-aside requires contractors to be registered in SAM.gov under NAICS code 238160. Bids are due August 1, 2025, at 2:00 PM CST and must be submitted electronically via the JEFS App Box. Required documents include SF-1442, Commodity/Services Schedule, SF-24 Bid Bond (original mailed with wet signature), and various FAR provisions. A non-mandatory pre-bid conference and site visit are scheduled for July 16, 2025, at 9:00 AM, requiring a criminal history check. Past performance information, including questionnaires for at least five references and a bank, must be submitted by the bid due date. The bid opening will be virtual on August 1, 2025, at 2:00 PM CST. Award is based on responsibility, including financial resources, satisfactory performance, integrity, and necessary skills.
    The document outlines a Request for Proposals (RFP) issued by the Federal Bureau of Prisons for the replacement of roofs at the Federal Correctional Institution in Petersburg, Virginia. It details the electronic submission requirements for bids, which are due by August 1, 2025, along with the necessity for contractors to register as small businesses in the System for Award Management (SAM.gov) under NAICS code 238160. The solicitation emphasizes the importance of submitting completed forms, including a bid bond, and attending a pre-bid conference on July 16, 2025, where contractors must comply with security protocols, including a criminal history check. A contractor’s past performance will significantly influence their chances of winning the bid; thus, references must be provided. Additionally, electronic bids should be uploaded through the designated JEFS APP BOX link. The document ensures that bidders understand the evaluation criteria for contract award, including financial stability and satisfactory performance records. Overall, it illustrates the structured procurement process and compliance needed for government contracting, focusing on transparency and accountability while encouraging small business participation.
    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 else pay the government for any resulting costs exceeding the bid amount. The bond outlines the obligations of both the principal and the surety(ies), detailing how the penal sum is secured and conditions under which the obligation becomes void. Key instructions for completing the form include providing full legal names and addresses, specifying the type of organization, and indicating the penal sum which can be a percentage of the bid price with a maximum dollar limitation. It also provides guidelines for corporate and individual sureties, including requirements for corporate seals, Department of the Treasury's approved sureties list, and the handling of co-surety arrangements.
    The document is a Bid Bond form, authorized for use in federal contract bidding, which ensures that the Principal (bidder) commits to fulfilling the obligations of their bid. The form requires the legal name and address of the Principal and lists Sureties—entities guaranteeing the bid—who bound themselves to the U.S. government for a specified penal sum. If the Principal accepts the bid, they must execute further contractual documents within a stipulated timeframe; failure to do so results in liabilities towards the government for the difference between the bid and any subsequent procurement costs. The Sureties agree that their obligations remain intact even if bid acceptance timelines are extended by the Principal. Detailed instructions guide authorized usage, ensuring compliance with federal regulations, including the necessity for corporate seals and the handling of individual Sureties. Overall, this Bid Bond form encapsulates the legal framework for bidders, ensuring accountability in government contracting processes.
    This government solicitation (15BFA025B00000038) is an Invitation for Bid (IFB) issued by the Federal Bureau of Prisons for a project titled "Replace Roof Low at the Federal Correctional Institution (FCI Petersburg-Low) in Hopewell, VA." The project, valued between $5 million and $10 million, requires the selected contractor to provide all materials, labor, and equipment in accordance with the attached Statement of Work and Drawings. Key requirements include commencing work within 10 calendar days and completing it within 427 calendar days after receiving notice to proceed. Performance and payment bonds, each for 100% of the contract price, are mandatory within 10 days of award for contracts exceeding $150,000. Comprehensive general liability insurance with a minimum limit of $500,000 per accident or occurrence is also required. The contractor must adhere to strict security clearances, including criminal history checks for all employees, and comply with all federal acquisition regulations, including those concerning supply chain security and "Buy American" provisions for construction materials.
    The solicitation document outlines the requirement for a contractor to replace the roof at the Federal Correctional Institution (FCI Petersburg-Low) in Hopewell, VA. Issued by the Federal Bureau of Prisons, the Invitation for Bid (IFB) requires bids to be submitted by August 1, 2025. The selected contractor must provide all necessary materials, labor, and equipment, commencing work within 10 days of receiving the notice to proceed and completing it within 427 days. Key contract requirements include submitting performance and payment bonds, adhering to federal safety and labor standards, and maintaining specific insurance coverage. The project value is estimated between $5 million and $10 million, and contractors are mandated to comply with regulatory provisions regarding labor, safety, and environmental considerations. Detailed guidelines for the bid process, performance deadlines, and adherence to subcontracting and reporting obligations are included, ensuring compliance with federal contracting standards. This document serves as a formal request for proposals and establishes the contractual framework for achieving necessary infrastructure improvements at the facility.
    The document outlines requirements for federal, state, and local RFPs, specifically concerning contracting and employment practices. It emphasizes compliance with labor standards, including the McNamara-O'Hara Service Contract Act and the Contract Work Hours and Safety Standards Act. Key provisions include fair wages, benefits, and safe working conditions for employees. The document also addresses equal employment opportunity, non-discrimination, and specific requirements for subcontractors. It details health and welfare benefits for various employee classifications, including those with disabilities and victims of domestic violence. Contractors are mandated to provide accurate employee data and ensure all terms are incorporated into subcontracts. The document also provides guidelines for classification of employees and compliance with prevailing wage rates, and outlines procedures for protests and disputes. Additionally, it references a website for further information on agency contracts and classification decisions.
    The document addresses various federal government RFPs (Requests for Proposals), grants, and local/state proposals, containing crucial information on solicited projects for potential vendors and grant applicants. The main purpose is to outline the scope of work and resources required to facilitate effective collaboration between the government and private sector. Key topics include project descriptions, eligibility criteria for vendors, submission deadlines, evaluation criteria, funding potential, and compliance with federal regulations. The document is structured into sections detailing specific objectives, timelines, expected deliverables, and the necessary qualifications for participating organizations. Also highlighted is the importance of transparency and responsiveness in proposals. By emphasizing adherence to guidelines, the document aims to foster competitive bidding and ensure high-quality outcomes for projects funded through these grants and RFPs, thereby supporting government objectives and public interests.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Perimeter Fence Replacement at FCI McKean
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    FCI Pekin - Replace Boilers & Controls
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project entails the removal of existing boilers and associated systems, installation of new boilers and controls, and ensuring proper integration with existing systems, with a performance period of 120 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and the solicitation is expected to be available around January 7, 2026. Interested contractors should monitor the Contract Opportunity website at https://sam.gov for updates and ensure their registration in the System for Award Management (SAM) is current, as all submissions must comply with the small business size standard of $19 million for the applicable NAICS code 238220.
    Install Utilities & Culinary Equipment- FPC Alderson
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to install utilities and culinary equipment at the Federal Prison Camp (FPC) Alderson in West Virginia. The project requires the contractor to provide all necessary labor, materials, and equipment, with a performance period of 112 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $250,000 and $500,000, and bids are due by January 27, 2026, at 11:00 AM CST. Interested contractors must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov for further information.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract for the emergency repair of the A/C system at the DCB building within the Federal Correctional Complex (FCC) in Victorville, California. The project entails the removal of the existing A/C system and its replacement with a new system, with a performance period of 324 calendar days from the notice to proceed. This procurement is crucial for maintaining the operational integrity of the correctional facility, and the estimated project value ranges between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around December 16, 2025; for further inquiries, they may contact Patrick Ford at pford@bop.gov.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    FCI Marion - Replace High Mast Light #4
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.