USP Canaan Warehouse Spray Foam Insulation Install
ID: 15B21526Q00000004Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSUSP CANAANWAYMART, PA, 18472, USA

NAICS

Drywall and Insulation Contractors (238310)

PSC

WALLBOARD, BUILDING PAPER, AND THERMAL INSULATION MATERIALS (5640)

Set Aside

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

    The Department of Justice, Federal Bureau of Prisons, is seeking qualified contractors to install closed-cell spray foam insulation in the warehouse at USP Canaan in Waymart, Pennsylvania. The project involves replacing approximately 12,000 square feet of insulation, requiring the contractor to supply all necessary equipment, labor, materials, and incidentals while adhering to specific safety and performance standards. 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 must submit their quotes via email to Chris Ficken at cficken@bop.gov, and ensure compliance with all federal contracting requirements, including registration in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Justice, Federal Bureau of Prisons, USP Canaan, has issued Solicitation Number 15B21526Q00000004 as a Request for Quotation (RFQ) for the installation of closed cell spray foam insulation in its warehouse. This acquisition is set aside for small business concerns under NAICS code 238310 with a size standard of $19M. Quotes are due by 10:00 AM EST on December 29, 2025, and must be submitted via email to Chris Ficken at cficken@bop.gov. Evaluation criteria include price, past performance, and lead/delivery time, with past performance being a Go/No-Go factor. A site visit is scheduled for December 22, 2025, at 10:00 AM EST; interested vendors must submit criminal history background check forms by 4:00 PM on December 19, 2025. All updates and amendments will be posted on SAM.Gov.
    The U.S. Department of Justice, Federal Bureau of Prisons, requires contractors to complete a Contractor Information Sheet. This sheet collects essential details such as the contractor's name, company name, address, email, phone number, and Unique Entity ID. It also asks if the company is a SAM-certified small business for NACIS 238310. A critical requirement for all vendors is registration in the System for Award Management (SAM) database at www.sam.gov prior to award, during performance, and through final payment of any contract. By submitting a quote, the vendor acknowledges and agrees to this SAM registration requirement, underscoring the importance of compliance for federal contracting opportunities.
    The USP Canaan Warehouse Insulation solicitation (No. 15B21526Q00000004) is an RFP for replacing insulation in institution warehouses. Quotes must be submitted via email to Chris Ficken by 10 AM EST on December 29, 2025. Bidders need to provide their address, telephone number, express warranty terms, discount terms, acknowledgment of solicitation amendments, and the quote's validity period. The solicitation also inquires about the contractor's availability for service on specific dates in January (8th-9th, 15th-16th, and 22nd-23rd) and their willingness to schedule work outside standard business hours or on weekends.
    The Federal Bureau of Prisons (FBOP) at USP Canaan in Waymart, Pennsylvania, is seeking a contractor to replace approximately 12,000 square feet of warehouse insulation with closed-cell foam. The project, identified as B&F PROJECT-26Z2AP5, requires the contractor to supply all equipment, labor, materials, and incidentals. Specific requirements include submitting a safety plan, using manufacturer-certified installers, protecting objects from overspray, and achieving R-23 (walls) and R-38 (ceilings) insulation values. The contractor must have professional training in spray polyurethane foam, provide installation summaries, and ensure proper disposal of materials. All work must comply with federal, state, and local codes, including the 2024 International Energy Conservation Code. Working conditions involve specific hours (7:00 AM – 3:30 PM, Monday-Friday), strict security clearances, control of tools and materials, and adherence to institutional regulations regarding inmate contact and prohibited items. The FBOP will provide 110VAC/60Hz./20Amp utility service, while the contractor is responsible for obtaining any necessary permits and providing a one-year labor and material warranty.
    This document is a wage determination for service contracts in specific Pennsylvania counties (Bradford, Sullivan, Susquehanna, Tioga, Wayne), issued by the U.S. Department of Labor. It outlines minimum hourly wage rates for a wide array of occupations, categorized from Administrative Support to Miscellaneous. The determination also details required fringe benefits, including health and welfare rates, vacation accrual, and twelve paid holidays. Special conditions apply to computer employees, air traffic controllers, and weather observers, with specific criteria for exemptions and night/Sunday pay differentials. Additionally, the document addresses hazardous pay differentials for work involving ordnance, uniform allowances, and the process for conforming unlisted occupations to the wage determination, emphasizing the importance of job duties over titles.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    53--INSULATION,THERMAL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of thermal insulation, specifically NSN 5330013465186, with a requirement for 17 units to be delivered to the DLA Distribution Depot in Oklahoma within 150 days after order. This procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in fulfilling government contracts. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which will be considered if received in a timely manner. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
    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.
    25--INSULATION,VEHICULA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of insulation for vehicles, specifically under the National Stock Number (NSN) 2540015690659. The contract will involve an estimated quantity of 90 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of 13 units. This insulation is critical for vehicular equipment components, ensuring operational efficiency and safety in various military applications. Interested small businesses are encouraged to submit their quotes electronically, with further details available through the DLA's solicitation portal, and inquiries can be directed to DibbsBSM@dla.mil.
    25--INSULATION,VEHICULA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of insulation for vehicles, specifically under the National Stock Number (NSN) 2540016062514. The contract will involve an estimated quantity of 201 units, with a guaranteed minimum of 30 units, and may result in an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This insulation is crucial for vehicular equipment components and will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be distributed.