Replace Cooling Towers at FDC Houston
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 (FBOP) is soliciting proposals for a Firm-Fixed-Price construction contract to Replace Cooling Towers at the Federal Detention Center (FDC) Houston, TX. This is a 100% Small Business Set-Aside opportunity. Proposals are due May 5, 2026, by 11:00 AM PDT.
Scope of Work
The project requires the contractor to provide all necessary equipment, labor, materials, permits, and incidentals to remove and replace two (2) existing rooftop cooling towers with new units of equal or greater capacity. New cooling towers must include enhanced corrosion protection, and all manufacturer recommendations must be followed during installation. The work is to be performed in accordance with the attached Statement of Work and Drawings.
Contract & Timeline
- Solicitation Number: 15BBNF26Q00000050
- Contract Type: Firm-Fixed-Price
- Performance Period: Within 10 calendar days after award and notice to proceed, with completion within 107 calendar days.
- Published Date: April 2, 2026
- Offer Due Date: May 5, 2026, 11:00 AM PDT
- Offer Acceptance Period: Minimum of 90 calendar days
- Site Visit: April 15, 2026, at 9:00 A.M. local time at FDC Houston. A Criminal History Check authorization form must be submitted by April 10, 2026, for attendance.
- Pre-Solicitation Questions Due: April 17, 2026, 10:00 am PST, via email to pford@bop.gov.
Submission & Evaluation
- Submission Method: Electronically via the JEFS App Box at
https://jefs.app.box.com/f/970d54db73c14f5dbb24e5d7bda719de. - Required Documents: Bid Submission Cover Page, specific pages of the solicitation (1, 2, 4, & 46-50), Representations and Certifications, Transmittal Sheet, and a Bid Bond.
- Bid Bond: An SF-24 Bid Bond is required. The original must be mailed to Stockton, CA, and received by the bid opening time. The penal sum must be at least 20% of the bid price, not exceeding $3 million.
- Past Performance: Questionnaires and banking references are required by May 5, 2026, 11:00 am PDT.
- Evaluation: Award will be made in accordance with FAR 52.212-2, based on "Price and other price related factors." Responsibility will be assessed on financial resources, past performance, integrity, organization, and technical capabilities.
- Offer Opening: Offers will be virtually opened on May 5, 2026, at 11:00 am PDT.
Eligibility / Set-Aside
This is a 100% Small Business Set-Aside. The NAICS code is 238220 with a small business size standard of $19 million. Contractors must be registered in SAM.gov, and their business size metrics must meet the specified standard for the applicable NAICS code.
Additional Notes
Amendment 0001, effective April 2, 2026, removes FAR Clause 52.243-3 and adds FAR Clause 52.243-4, related to Changes clauses. A Wage Determination (TX20260253) for Harris County is included, outlining prevailing wage rates and fringe benefits for various construction trades, which directly impacts labor costs and proposal pricing. A Criminal History Check Form is also provided, likely required for personnel accessing the facility.