08.14.2025 Updated Statement of Work and Extend the Sources Sought Notice until 08.22.2025
THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.
PLEASE READ ALL INFORMATION CONTAINED HEREIN BEFORE RESPONDING. PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERVIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT AS IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.
The Federal Bureau of Prisons (FBOP) anticipates the need for a firm fixed price construction contract for a project titled Replace Roofs at the Federal Correctional Institution (FCI) Cumberland located at 14601 Burbridge Road, SE in Cumberland, Maryland 21502.
FCI Cumberland is a Federal Correctional facility located at 14601 Burbridge Road, SE in Cumberland, Maryland 21502. The work to be performed in association with this project includes the following scope:
Replace Roofs- The contractor shall provide all labor, materials, and equipment to Replace Roofs at FCI Cumberland and the Federal Prison Camp (FPC). See attached statement of work for details. The Statement of Work attachment included with this source sought notice will provide complete requirements for the project. The solicitation will be posted at a later date.
Access to the statement of work and drawings attachments will require an active vendor registration at https://SAM.gov as well as your Marketing Partner Identification Number (MPIN) associated with your SAM registration. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220.
Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 to $5,000,000 (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range). The North American Industrial Classification System (NAICS) code applicable to this requirement is 238160 with a corresponding small business size standard of $19.0 million.
Interested bidders must be registered in the SAM at www.sam.gov.
The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Kimberly Johnson at knjohnson@bop.gov no later than August 14, 2025. Interested contractors are also requested to respond to this notice by adding their business names to the Interested Vendors List for this posting in https://sam.gov (must be logged in to your vendor account). Please add your business name only if you are interested in submitting a bid as a Prime contractor and are capable and eligible to compete for and perform this project. This notice is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of the project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of contract with subcontractors. The pre-solicitation synopsis of proposed contract action (to be posted at a later date) will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor www.sam.gov for all future updates.