Perimeter Fence Replacement at FCI Loretto
ID: 15BFA025B00000031Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

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 firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. The project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including associated components such as gates and footings, with a performance period of 924 calendar days from the notice to proceed. This initiative is critical for enhancing the security infrastructure of the correctional facility, ensuring compliance with federal standards. Interested small businesses must submit their bids electronically by January 7, 2026, and can contact Joshua Cortez at j2xcortez@bop.gov for further information. The estimated project magnitude is between $10 million and $25 million, and the solicitation is available exclusively through the SAM.gov website.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (15BFA025B00000031) is an Invitation for Bid (IFB) issued by the Federal Bureau of Prisons for a "Perimeter Fence Replacement" project at FCI Loretto. The selected contractor will provide all materials, labor, and equipment, with a performance period of 924 calendar days after receiving notice to proceed. The project magnitude is between $10,000,001.00 and $25,000,000.00, requiring a bid guarantee, performance, and payment bonds. Key requirements include mandatory insurance (Workers Compensation, General Liability, Automobile Liability), adherence to work hours, strict contraband rules, and detailed submittal and payment application processes. Contractor employees must undergo criminal history checks and security clearances. Monthly progress meetings will be held, and specific documents are required for contract closeout. Various Federal Acquisition Regulation (FAR) clauses are incorporated by reference or full text, covering areas like safeguarding information systems, supply chain security, labor standards, and sustainable products.
    Amendment 00001 to Solicitation 15BFA025B00000031 for the FCI Loretto Perimeter Fence Replacement project incorporates pre-bid site visit documents (meeting minutes, sign-in sheet, photographs) and extends the bid submission deadline from November 24, 2025, to December 8, 2025, both at 11:00 a.m. PST. The pre-bid conference, held on November 5, 2025, at FCI Loretto, aimed to familiarize contractors with the unique requirements of a correctional setting and clarify the solicitation. Key instructions for bidders include completing specific forms (SF 1442), submitting past performance references and banking information in advance, ensuring bid bonds meet requirements (20% of bid price, not exceeding $3 million), and being registered in SAM with NAICS code 238990. The project's magnitude is between $10,000,000 and $25,000,000, with a performance period of 924 calendar days and liquidated damages of $1,764.59 per day for delays. Strict safety and security protocols are outlined, including work hour restrictions (7:00 am to 3:30 pm Monday-Friday within secure perimeter), tool accountability, prohibition of certain items and clothing colors, and no contact with inmates.
    This amendment to solicitation 15BFA025B00000031 by the Federal Bureau of Prisons extends the bid submission deadline from December 8, 2025, to December 22, 2025, at 11:00 a.m. PST. Additionally, it incorporates significant changes to contract clauses and solicitation provisions due to FAC 2025-08 and the Revolutionary FAR Overhaul (RFO) Part 3 deviation text. These changes involve removing several existing clauses and provisions, adding new ones by reference, and updating others to align with the new deviation text, particularly concerning security requirements, supply chain integrity, and reporting obligations. A key updated provision, 52.209-13, addresses certifications regarding violations of arms control treaties. Offerors must acknowledge receipt of this amendment through specified methods, with failure to do so potentially leading to rejection of their offer.
    This amendment to solicitation 15BFA025B00000031 for the FCI Loretto Perimeter Fence Replacement project addresses various bidder questions and clarifies technical specifications. Key changes include extending the bid submission deadline to January 7, 2026, incorporating answers to bidder questions, and adding a formal addendum to the technical specifications. The amendment also updates wage determination WD PA20250080 Modification 6. Specific technical updates detail the replacement of perimeter fence components, gate hardware, and modifications to quality control and topsoil handling procedures. Clarifications cover site conditions, contractor responsibilities for testing and permits, security protocols, and the provision of government-furnished materials like razor wire and the SENSTAR perimeter detection system. The document emphasizes the contractor's adherence to federal, state, and local regulations, and outlines procedures for site access, security screenings, and material storage.
    The Standard Form 24 (SF 24), "Bid Bond," is a federal government document used when a bid guaranty is required for federal government RFPs, federal grants, and state and local RFPs. It outlines the obligations of the Principal (bidder) and Surety(ies) to the United States Government. The bond ensures that if the Principal's bid is accepted, they will execute the necessary contractual documents and provide required bonds. Failure to do so obligates the Principal to pay the Government any costs incurred if the work exceeds the original bid amount. The form details conditions for voiding the obligation, such as timely execution of contracts and bonds. It also specifies requirements for sureties, including corporate sureties listed on the Department of the Treasury's approved list and individual sureties requiring an Affidavit of Individual Surety (SF 28). Instructions cover proper completion, including legal names, addresses, penal sums (which can be a percentage of the bid price with a maximum dollar limitation), and signatures with corporate seals. The document clarifies that "bid" and "bidder" encompass "proposal" and "offeror" in negotiated contracts. It also includes an OMB control number and expiration date, indicating compliance with the Paperwork Reduction Act.
    This government file outlines the bid submission requirements for Solicitation 15BFA025B00000031, managed by the Federal Bureau of Prisons at FCI Phoenix. Bidders must submit all documents, including the Bid Submissions Cover Page, specific Solicitation SF1442 pages, and a scanned copy of the Bid Bond, as a single Adobe PDF. A critical requirement is the submission of a bid guarantee in accordance with FAR 52.228-1. Electronic bids are to be uploaded via a JEFS link, but the original bid guarantee with a "wet" signature and raised seal must be mailed or delivered to Joshua Cortez at FCI Phoenix by the bid opening date. The document stresses the importance of legible raised seals on the electronic copy of the bid bond and includes a field for the company name, UEI, and bid bond tracking number.
    The Federal Bureau of Prisons (BOP) requires individuals seeking entry or volunteer/contract status at its facilities to undergo a criminal history check. This authorization form, BP-A0660, collects personal information such as name, address, date of birth, social security number, and physical characteristics. Refusal to provide this information may lead to denial of entry or status. The Privacy Act Notice clarifies that the information is collected under authorities like E.O. 10450 and 5 USC 3301 to determine fitness for federal employment, contractual service, or security clearance. The form is provided in both English and Spanish, with the Spanish version explicitly marked as a template for instructional purposes only.
    The Federal Bureau of Prisons (BOP) issued Solicitation No. 15BFA025B00000031 for the Perimeter Fence Replacement at FCI Loretto. This 100% small business set-aside requires contractors to be registered in SAM.gov under NAICS code 238990. Bids are due by November 24, 2025, at 11:00 A.M. PST, and must be submitted electronically via the JEFS APP BOX. A mandatory bid bond of at least 20% of the bid price (not exceeding $3 million) is required, with the original wet-signed copy mailed to FCI Phoenix. A non-mandatory pre-bid conference and site visit are scheduled for November 5, 2025, at 9:00 A.M. local time, requiring a criminal history check for attendees. Questions are due by November 7, 2025, at 4:00 P.M. PST. Bidders must submit past performance questionnaires from at least five companies/government agencies and one bank reference directly to the Contracting Officer, Joshua Cortez (j2xcortez@bop.gov), by the bid due date. Award will be based on contractor responsibility, including financial resources, satisfactory performance, integrity, and technical capabilities.
    This government file, comprising federal RFPs, grants, and state/local RFPs, outlines various technical specifications and requirements. It covers diverse areas such as infrastructure upgrades, hazardous material surveys, and detailed project guidelines. The document emphasizes adherence to specific standards, safety protocols, and regulatory compliance. It also includes sections on data collection, reporting, and financial considerations, highlighting the need for comprehensive planning and execution. The file details evaluation criteria and contractual obligations, ensuring that all projects meet established governmental and technical benchmarks. The document underscores the importance of precision, accountability, and thoroughness in all outlined endeavors.
    This government file, General Decision Number PA20250080, outlines prevailing wage rates and fringe benefits for various building construction trades in Cambria County, Pennsylvania. It applies to building construction projects, excluding single-family homes and apartments up to four stories. The document lists specific rates for occupations such as Asbestos Worker, Boilermaker, Electrician, Ironworker, and various Laborer classifications, along with their effective dates. It also includes information on Executive Order (EO) 13706 regarding paid sick leave for federal contractors and EO 13658 concerning the minimum wage for federal contractors. The file details identifiers for union, weighted union average, and survey rates, and provides a clear appeals process for wage determinations, allowing interested parties to request review and reconsideration from the Wage and Hour Administrator and appeal to the Administrative Review Board.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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 associated components such as gates and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a 100% small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due electronically by January 5, 2026, at 12:00 p.m. PST. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors 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 sq. ft. of ceiling, 115,000 sq. ft. 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 January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    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 contractors 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 bidders must register in SAM.gov and may contact Alex Jackson at a4jackson@bop.gov for further information.
    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.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    USP Canaan Warehouse Spray Foam Insulation Install
    Justice, Department Of
    The U.S. Department of Justice, Federal Bureau of Prisons, is seeking qualified contractors to install closed-cell spray foam insulation in approximately 12,000 square feet of warehouse space at USP Canaan in Waymart, Pennsylvania. The project requires contractors to provide all necessary equipment, labor, and materials while adhering to strict safety and security protocols specific to a correctional facility. This procurement is set aside for small businesses under NAICS code 238310, with quotes due by 10:00 AM EST on December 29, 2025, and a site visit scheduled for December 22, 2025. Interested vendors should contact Chris Ficken at cficken@bop.gov for further details and ensure compliance with all submission requirements, including registration in the System for Award Management (SAM).
    Replace Chillers 1, 2 & 3
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. Contractors are required to provide all necessary labor, materials, and equipment as outlined in the Statement of Work, with a project magnitude estimated between $1,000,000 and $5,000,000. This opportunity is a total small business set-aside, and interested bidders must be registered in the System for Award Management (SAM) under NAICS code 238220. Key deadlines include a mandatory pre-bid conference on January 7, 2026, and bid submissions due by January 29, 2026, at 1:00 p.m. CST. For further inquiries, bidders can contact Jeffrey Kercheval at jkercheval1@bop.gov.
    Comprehensive Medical Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical services contract aimed at the inmate population in Cumberland, Maryland. This procurement is focused on providing essential medical care and services to ensure the health and well-being of inmates, which is a critical component of the Bureau's responsibilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the opportunity. Further details regarding the funding amount and deadlines have not been specified in the provided information.
    FY23 Telecommunication Services for FCI Berlin Effective April 1st, 2023-June 30th, 2023
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking telecommunication services for the Federal Correctional Institution (FCI) in Berlin, New Hampshire, effective from April 1, 2023, to June 30, 2023. The procurement aims to ensure reliable communication systems within the facility, which is crucial for operational efficiency and inmate management. The services will encompass telephone and telegraph equipment, aligning with the Bureau's ongoing commitment to maintaining secure and effective communication channels. Interested vendors can reach out to Kristen Croteau at k1croteau@bop.gov or by phone at 603-342-4041, or Jessalynn Laflamme at jlaflamme@bop.gov or 603-342-4128 for further details.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.