Opportunity
SAM #15B50726Q00000018
FCI El Reno Rear Gate Repair – Tymetal PLUSS Parts Supply, Delivery, and Installation
Buyer
FCI El Reno
Posted
April 16, 2026
Respond By
May 07, 2026
Identifier
15B50726Q00000018
NAICS
238190, 238990, 238290
The Federal Bureau of Prisons (FBOP) at FCI El Reno, Oklahoma, is seeking vendors for the supply, delivery, and installation of genuine Tymetal PLUSS parts to repair the facility's rear gate. - Government Buyer: - Federal Bureau of Prisons (FBOP), FCI El Reno - OEMs and Vendors: - Tymetal (OEM for PLUSS parts; all parts must be genuine and certified by a Tymetal representative for warranty) - Products/Services Requested: - Supply, delivery, and installation of Tymetal PLUSS parts for rear gate repair - Construction of a temporary gate panel - Removal and replacement of damaged gate components - Concrete repair - Reinstallation of gate mechanisms - All items must be new, unused, and in original packaging - Substitutions allowed only with prior approval and technical documentation - Unique/Notable Requirements: - All parts must be certified by a Tymetal representative for warranty - Compliance with safety and industry standards is mandatory - Vendors must be registered in SAM - Extensive security, privacy, and personnel requirements, including DOJ information security compliance and background checks for contractor employees - Government reserves final technical acceptance - Period of Performance: - 30 calendar days, starting within 15 days after award - Delivery required by project deadline - Estimated contract value: $25,000 to $100,000 - Place of Performance: - FCI El Reno, 4205 West Highway 66, El Reno, OK 73036
Description
The Federal Bureau of Prisons (FBOP), Federal Correctional Institution in El Reno, Oklahoma located at 4205 West Highway 66 El Reno, OK 73036. The Federal Correctional Institution (FCI) is seeking quotations from qualified vendors for the supply, delivery, and installation of genuine Original Equipment Manufacturer (OEM) Tymetal PLUSS parts and certified by Tymetal representative for warranty.
2. "Equal or Better" Product Substitution: Proposals must meet or exceed the specified product quality. If an alternative product or component is offered, the vendor must submit all technical documentation, certifications, and test results for consideration.
3. Government's Right of Final Technical Acceptance: The government retains the sole and final authority to determine technical acceptance for all submitted products, based on the provided documentation and compliance with stated standards.
B. SPECIFICATIONS:
1. The Contractor shall provide all items listed below in the specified quantities. All items must be new, unused, and in original packaging. Substitutions will not be accepted without prior approval.
2. Due to damage of the FCI EL Reno rear gate by vehicle impact the following repairs are required.
3. Build onsite a new 14’ x 15’ temporary gate panel and install for use during all phases of this repair. Upon completion of the project, this panel will be removed and turned over to the facility for future use.
4. Remove (demolish) existing Tymetal overhead gate beam. This will include using a 6000LBS reach forklift provided by contractor to stabilize the existing beam, installation of temporary angle iron supports, cutting of angle iron beam clips, cutting of the welded beam/locking column interface, removal of status indication switch, removal of lock bar interface and removal of primary drive chain. The beam will then be lifted out and removed.
5. Remove the existing locking column to repair the concrete beneath. Contractors will straighten and plumb existing fence and gate posts with all gate parts out of the way.
6. Repairing the concrete will consist of cutting and jackhammering (roughly 2’ x 2’ square) the existing damaged concrete down as far as possible, repouring, and refinishing. Contractor to provide 4000 psi concrete that is dowelled into existing slab and footer with ½” rebar dowels.
7. Reinstall existing locking column and anchor to new concrete with ½” red head slip collar anchor bolts. Contractor to install the chain tube and primary drive chain. It may be necessary to cut and move the motor box to line up with the new overhead beam and reinstalled existing chain tube.
8. All tools and rental equipment are to be provided by contractor.
C. DELIVERY LOCATION:
1. Delivery hours for the vendor are 7:00 AM – 3:00 PM, Monday through Friday, excluding weekends and federal holidays. Any delivery required to be completed at any other time than noted above must be re-scheduled accordingly.
2. The Facilities Department will assign a staff member authorized to receive or sign for any deliveries made to the site. At no point will a Bureau of Prisons (BOP) staff member receive or sign for a delivery if the vendor or his/her representative is not present to verify and accept the delivery.
3. The location of the delivery or drop-off site shall be coordinated accordingly with the Institution assigned to receive the delivery. Access to the site will be available during normal working hours except during emergencies.
4. The vendor shall be responsible for providing their own means of loading / unloading equipment.
D. STANDARD REQUIREMENTS AND TERMS:
1. Compliance: All items must comply with relevant safety and industry standards (e.g., UL, ANSI, ASME, etc.) applicable to water heater components.
2. Federal Acquisition Regulation (FAR): This procurement is subject to simplified acquisition procedures as outlined in FAR Part 8.405-1 and FAR Part 13.
3. Warranty: Quoters shall state the warranty period for all provided parts.
4. Quote Validity: Submitted quotations must remain valid for a period of no less than thirty (30) days from the closing date of the RFQ.
5. Invoicing: Invoices shall be submitted to the address specified in the final Purchase Order.
6. System for Award Management (SAM): All contractors must be registered in the System for Award Management (SAM).
E. SUBMISSION INSTRUCTIONS:
1. Quotations shall be submitted electronically to nlong@bop.gov and mcullen@bop.gov via PDF document. The email subject line must include the RFQ Number.
2. For any questions regarding this RFQ, please contact Mr. Michael Cullen, Engineering Technician, at 405-319-7447