CENTRIFUGAL WATER PUMPS FOR EXISTING BOILERS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Bureau of Prisons, Federal Correctional Institution (FCI) Elkton, OH, is soliciting proposals for the replacement of centrifugal water pumps linked to existing boilers. This Firm-Fixed Price opportunity is a Total Small Business Set-Aside. The project involves replacing pumps in the Powerhouse (Building No. 8) and FSL Administration (Building No. 10) at FCI Elkton. Quotes are due March 24, 2026, at 10:00 AM ET.
Scope of Work
The contractor will replace a total of fifteen (15) centrifugal pumps: nine (9) in Building No. 8 (Powerhouse) and six (6) in Building No. 10 (FSL Administration). These pumps deliver heated water to the facility's existing boilers. The scope includes providing specific pump models (Taco and Bell & Gosset), along with necessary valves, lugs, flange gaskets, diffusers, and bolts. The contractor is also responsible for maintaining all new equipment internally and externally, covering materials, equipment, and labor for repairs or replacements, with any required replacement provided within 30 days of notification.
Technical Requirements
The solicitation specifies detailed technical requirements for the centrifugal pumps, including their types, model numbers, and rotational speeds (RPM). All pumps must be Variable Frequency Drive (VFD) compatible. Specific RPMs are listed for both Hot Loop Pumps (e.g., 8P-4 at 1470 RPM, 10-P7 at 1760 RPM) and Chilled Water Pumps (e.g., 8P-13 at 1770 RPM, 10-P5 at 1760 RPM). Bidders must ensure their proposed solutions meet or exceed these specifications.
Contract Details
- Contract Type: Firm-Fixed Price (the Statement of Work specifies a Requirements contract with firm-fixed prices).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 423720, Size Standard: 200 Employees.
- Place of Performance: Federal Correctional Institution Elkton, 8730 Scroggs Road, Lisbon, OH 44432.
- Period of Performance: 90 Calendar Days from award.
- Work Schedule: Approved access Monday-Friday, 7:30 AM - 3:30 PM. After-hours or weekend work for scheduled shutdowns is required without additional cost.
- Personnel Requirements: Full-time Project Manager (3+ years experience), supervisors with in-depth HVAC/QC knowledge, all personnel must be English-speaking.
- Compliance: Work must adhere to OSHA, EPA, and NEC national codes and regulations.
- Warranty: Industrial standard warranty for all materials from the date of substantial completion.
Submission & Evaluation
- Solicitation Availability: On or after March 17, 2026, solely via www.sam.gov.
- Quote Due Date: March 24, 2026, 10:00 AM Eastern Time.
- Submission Method: Quotes MUST be submitted via e-mail ONLY to zbowers@bop.gov. Faxed, mailed, or physically delivered quotes will not be considered.
- Evaluation Factors: Past performance and price will be considered, with price being rated higher than past performance.
- Eligibility: Offerors must be registered in the System for Award Management (SAM.gov) with an active account (not "Inactive" or "Excluded"). A Unique Entity Identifier (UEI), Taxpayer Identification Number (TIN), and Commercial and Government Entity (CAGE) code are required.
- Anticipated Award Date: April 01, 2026.
Contact Information
- Primary: Zach Bowers (zbowers@bop.gov, 330-420-6460)
- Secondary: Logan Kress (lkress@bop.gov, 330-420-6234)