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 U.S. Department of Justice, through the Federal Bureau of Prisons at USP Canaan, is soliciting bids for the installation of closed-cell spray foam insulation in its warehouse, covering approximately 12,000 square feet. The project requires contractors to supply 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 a bid submission deadline of December 29, 2025, at 10:00 AM EST, and interested vendors must submit their quotes via email to Chris Ficken at cficken@bop.gov. A site visit is scheduled for December 22, 2025, and all participants must complete a criminal history background check prior to attendance.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pre-Bid Conference Meeting Minutes for the "REPLACE Warehouse Insulation Install" project at USP Canaan, held on December 22, 2025, outlined critical information for contractors. The purpose was to familiarize bidders with the unique requirements of a correctional setting and clarify the solicitation. Key instructions included mandatory electronic bid submission by December 29, 2025, at 10 AM EST, and the requirement to submit specific forms like the Price Quote Sheet and Contractor Information Sheet. The meeting also addressed the Service Contract Act, work hours (7:00 a.m. to 3:30 p.m. Monday-Friday), and designated Max Fries as the COR. Crucially, all technical questions were to be submitted in writing to Chris Ficken by December 23, 2025. Safety protocols emphasized contractor-provided protective gear and accident prevention. Security measures included strict tool accountability, prohibition of illegal items, no contact with inmates, and specific dress code requirements (no green or khaki clothing). Vendors raised concerns about temperature for adhesion, requested time extensions, and sought clarification on PPE for staff escorts. These minutes serve as informational only, with any official changes to the solicitation requiring a formal amendment.
    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 Federal Bureau of Prisons (BP-A0660) document outlines the
    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 solicitation, 15B21526Q00000004, is a request for a price quote to replace insulation in the warehouses at USP Canaan. The quote requires contractors to specify their address, telephone number, warranty terms, and discount terms. It also asks for an acknowledgment of any solicitation amendments and the date until which the quote is valid. A key requirement is the contractor's willingness to accommodate the agency's specific core and flexible date/time requirements to ensure continuous service delivery. Quotes must be emailed to Chris Ficken, the Contract Specialist, by 10 AM EST on January 17, 2026.
    This document addresses questions and clarifications regarding a spray foam installation project at USP Canaan, likely a federal government RFP. Key points include that the Bureau of Prisons (BOP) will not cover the installed closed-cell spray foam, requiring the contractor to apply an approved liquid intumescent/fire-retardant coating. The contractor is responsible for notifying the government of required PPE for BOP personnel, but the BOP will provide PPE for its own staff. A 1-year warranty for materials and workmanship applies, with installation strictly adhering to manufacturer specifications. The BOP is open to adjusting the schedule to accommodate temperature requirements, potentially in spring/summer, and requires the contractor to bear the cost of pre-heating the space if needed. The specified closed-cell spray foam requires a minimum installation temperature of 50°F, and while the government is open to schedule adjustments, any alternate foam system must still be closed-cell. The government will provide PPE for 2-3 staff escorts. Extended work hours beyond 7:00 AM – 3:30 PM will not be authorized. The proposal due date was extended via Amendment 0001, and no bid-bond or subcontracting limitations apply. Wall surfaces account for approximately 95% of the 12,000 square feet, and ceilings 5%.
    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
    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, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project involves comprehensive work including the removal of existing boilers and piping, installation of new boilers and associated systems, and ensuring compliance with local, state, and federal regulations. This opportunity is a total small business set-aside, with an estimated project value between $1,000,000 and $5,000,000, and bids are due by February 11, 2026, at 12:30 P.M. EST. Interested contractors must register in the System for Award Management (SAM) and can contact Kevin Slone at kslone@bop.gov for further information.
    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.
    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.
    FOAM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of anti-static closed cell foam, as outlined in the Combined Synopsis/Solicitation notice. The foam must meet specific manufacturing specifications detailed in the provided drawings, including the application of an anti-static spray prior to delivery, and may be laminated if necessary. This foam is critical for packaging and protecting sensitive materials, ensuring compliance with military standards. Interested small businesses are encouraged to submit their offers by the updated response date, and inquiries can be directed to Charlie Snell at charlie.b.snell2.civ@us.navy.mil or by phone at 918-420-7525.
    FY26 FCI Phoenix Fire Alarm/Suppression System Inspection
    Justice, Department Of
    The Department of Justice, through the Bureau of Prisons, is seeking qualified contractors to provide inspection, cleaning, and certification services for the fire detection and suppression systems at the Federal Correctional Institution (FCI) Phoenix in Arizona. The procurement requires the contractor to test 100% of the fire detection system, clean 20% of initiating devices, and ensure compliance with National Fire Protection Association (NFPA) standards, specifically NFPA 72 for fire detection and NFPA 25 for fire suppression. This opportunity is crucial for maintaining safety and compliance within the facility, and interested vendors should note that quotes will be solicited directly via email, with the primary contact being Jacob J. Polk at j3polk@bop.gov or by phone at 320-245-6204. The contract is set aside for small businesses under the SBA guidelines.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.
    Installation of AcoustiWall Fabric Stretch System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to install an AcoustiWall Fabric Stretch System in its conference center located in Washington, D.C. The project involves replacing existing acoustical wall surfaces that have reached the end of their service life, covering approximately 1,452 square feet, to ensure a professional appearance for mission-critical meetings. This procurement is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by January 16, 2026, and can direct inquiries to Isiah Mack at isiah.r.mack@uscg.mil or Samuel Salerno at Samuel.T.Salerno@uscg.mil.
    FCI Pekin Solid Waste Removal
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for solid waste removal services at the Federal Correctional Institution (FCI) and the adjoining Federal Prison Camp (FPC) in Pekin, Illinois. The procurement involves providing two 38-cubic yard trash compactors and associated landfill services under an indefinite delivery/requirements contract with firm-fixed unit prices, covering a base year and four optional one-year periods, with a potential six-month extension. This service is critical for maintaining compliance with local, state, and federal waste disposal regulations, ensuring efficient waste management for the institutions. Interested contractors must submit their quotes electronically by January 9, 2026, at 12:00 p.m. Central Time to Brian Wendorff at bwendorff@bop.gov, and must be registered in the System for Award Management (SAM) under NAICS code 562111.