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 PRE-SOLICITATION SYNOPSIS OF THE PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.
The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled “Fire Alarm Replacement” at the Federal Correctional Institution (FCI) located in Allenwood, Pennsylvania.
Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Joshua Cortez at j2xcortez@bop.gov. Responses must be received no later than November 14, 2025. Interested vendors must also add their names to the Interested Vendors List for this posting (must be logged-in to your vendor account).
FCI Allenwood is a federal correctional institution located at Route 15, 2 Miles North of Allenwood, Allenwood, PA. 17810. The contractor will provide all necessary equipment, labor, materials, and incidentals to replace the existing fire alarm panels (13), annunciator panels (25), and indicator panel w/piezo-electric siren. The new panels shall interface with the existing fire alarm system peripherals, resulting in a complete, upgraded and networked campus-wide fire alarm system in accordance with the Statement of Work (SOW).
The Contractor shall be responsible for the overall coordination, project management, design, and installation of a networked system, certified to meet or exceed all applicable federal, state, local and other codes, and the intent of the SOW.
The work includes but is not limited to the following:
- Remove the existing EST fire alarm and annunciator panels shown in the Contract Drawing.
- Repair building surfaces at removed panel locations as applicable.
- Replace removed fire alarm and annunciator panels with upgraded fire alarm and annunciator panels.
- Interface panels and software with source of operating and stand-by power.
- Provide any appurtenances or programming required to integrate new and old components, ensuring complete compatibility.
- Obtain any measurements or data required to install the fire alarm system in full compliance with the manufacturer’s installation recommendations and this SOW.
- Provide on-site project supervision by a Factory Authorized Installer of the Fire Alarm System.
- Provide testing, inspection, reports, and certifications as indicated in this SOW.
- Provide design drawings, shop drawings, record drawings, and other submittals as indicated in this SOW.
- Perform a full test of the system along side FCC Allenwood staff to ensure the system is fully operational upon completion of work.
Access to the attachments will require an active https://sam.gov vendor registration (login). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220.
Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov.
Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of this project is between $500,000 and $1,000,000. (NOTE: This range is one of eight 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 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a corresponding small business size standard of $19 million.
The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration). Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Joshua Cortez at j2xcortez@bop.gov. Responses must be received no later than November 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 (to be posted at a later date) will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor https://sam.gov for all future updates.