SOLICITATION NOTICE
Z -- UNICOR ROOF AND HVAC REPLACEMENT - LEXINGTON
- Notice Date
- 3/6/2026 12:11:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FEDERAL PRISON INDUSTRIES, INC LEXINGTON KY 40511 USA
- ZIP Code
- 40511
- Solicitation Number
- SV0204-26
- Response Due
- 4/14/2026 11:00:00 AM
- Archive Date
- 04/29/2026
- Point of Contact
- Jason Morgan, Joshua Hassler
- E-Mail Address
-
jason.morgan2@usdoj.gov, joshua.hassler2@usdoj.gov
(jason.morgan2@usdoj.gov, joshua.hassler2@usdoj.gov)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- GENERAL INTENTION: It is the intent of this solicitation to result in a Firm Fixed Price, Construction Type Contract for a project located at FMC Lexington titled, �Federal Prison Industries Roof and HVAC replacement� as outlined in the attached Statement of Work. The North American Industrial Classification System (NAICS) Code applicable to this project is 238160, Roofing Contractors. Federal Prison Industries (FPI), operating under the trade name UNICOR, occupies multiple buildings within the secure confines of The Federal Bureau of Prisons - FMC Lexington to serve as a selfsustaining program providing work-based training to inmates. The scope of this project involves replacement of the existing ballasted EPDM roofing system totaling approximately 66,000 square feet of roof area with a new adhered TPO roofing system. Skylights will be removed and the roof deck filled in. Installation of a non-penetrating ballasted fall protection railing system in designated areas is required. Masonry re-pointing and concrete repairs will be done at the deteriorated walls and upper balcony edge. The existing rooftop HVAC systems and controls will be replaced with new systems, including new ductwork. Other tasks include asbestos abatement and mold remediation. The solicitation is set aside for competitive 8(a) Business Development (BD) Program participants. It is in accordance with Section 8(a) of the Small Business Act (15 U.S.C. �637(a), the Federal Acquisition Regulation (RFO) Part 19.8, and the executed partnership Agreement between the U.S. Small Business Administration (SBA) and the U.S. Department of Justice, Federal Bureau of Prisons. Site visit will be conducted on Tuesday, March 24, 2026, at 9:00 AM EST. Participants will meet in the front lobby of FMC Lexington, at 3301 Leestown Rd, Lexington, KY, 40511. Once accounted for, those in attendance will then be escorted to the physical site where services are to be performed. This site visit shall satisfy the Contractor's need to identify all general and local conditions that may affect the cost of the contract. Failure to inspect the site will not constitute grounds for claims after contract award. Up to (4) people per company may attend. Mandatory site visit attendance is required for award. Any company associated with the Prime (e.g. Subcontractor/Joint Venture/ Teaming Agreement) can attend and meet the mandatory attendance requirement. FEDERAL BUREAU OF PRISONS FMC LEXINGTON ACCESS REQUIREMENTS: Company Name, full names of attendees, and phone number for attendees along with Authorization for Release of Informantion Criminal History Check (NCIC) forms must be filled out and submitted to David Brown, D1xbrown@bop.gov & Jason Morgan, Jason.morgan2@usdoj.gov no later than Tuesday, March 17, 2026, at 2:00 PM EST. Phone number/point of contact for the company for notification of any NCICs that are denied. A background check will then be conducted and clearance granted before site access can be obtained. All contractors approved to enter the institution for the prebid meeting must bring a photo ID and your license plate number. The following are not allowed: Weapons (including pocketknives), cell phones, blackberries, pagers, radios, cameras, drugs, and alcohol. Contractor will be permitted to wear jeans in the institution, however, shorts, green or khaki-color clothing will not be allowed. The clothes will be proper and suitable for the services that are being provided. Please arrive at least 15 minutes early to allow time for security procedures. QUESTIONS WILL ONLY be accepted in writing and WILL NOT BE ACCEPTED AFTER Tuesday, March 31, 2026, at 2:00 PM, EST. Responses to questions and site visit sign in sheet will be posted via www.sam.gov as an amendment. NO PHONE CALLS PLEASE. QUESTIONS PERTAINING TO THIS SOLICITATION WILL ONLY BE ADDRESSED IN WRITING VIA EMAIL TO: Jason.morgan2@usdoj.gov PROJECT MUST BE COMPLETED WITHIN 265 days after receiving the notice to proceed. The date and time for receipt of proposals is Tuesday, April 14, 2026, at 2:00 PM EST. Offer must indicate Solicitation No. SV0204-26, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include acknowledgment of all amendments, if any.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bb219dbc8cc44674a6c985610e51a045/view)
- Place of Performance
- Address: Lexington, KY 40511, USA
- Zip Code: 40511
- Country: USA
- Zip Code: 40511
- Record
- SN07737011-F 20260308/260306230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |