Opportunity
SAM #15B41626RFI000001
FPC Yankton seeks engineered polymer roofing shakes for historic building roof replacement
Buyer
Federal Prison Camp Yankton
Posted
May 05, 2026
Respond By
May 11, 2026
Identifier
15B41626RFI000001
NAICS
423330, 326199
FPC Yankton, part of the Federal Bureau of Prisons, is seeking information from small businesses for a potential contract to supply engineered polymer roofing shakes for the historic Fargo Building roof replacement. - Government Buyer: - Department of Justice, Federal Bureau of Prisons - FPC Yankton - Products/Services Requested: - Engineered polymer roofing shakes - Must replicate hand-split shakes - Dimensions: 9” width x 22” length x 5/8” thickness - One-piece hip and ridge configuration for roof pitches of 12:12 or less - Aged cedar color - Installation at 9” or 10” exposure - Fire and impact resistant - Quantity: sufficient to cover 6,600 sq ft of hip and ridge roofing - Unique/Notable Requirements: - All materials must comply with historic preservation requirements - Site is within the Yankton College Historic District (National Register of Historic Places) - Compliance with programmatic agreement involving South Dakota State Historic Preservation Office and Advisory Council on Historic Preservation - Vendors are asked to recommend the most appropriate NAICS code (324122 or 326199) and confirm small business status - OEMs and Vendors: - No specific OEMs or vendors are named; market research is being conducted - Place of Performance: - Federal Prison Camp (FPC) Yankton, 1016 Douglas Avenue, Yankton, SD 57078
Description
SOURCES SOUGHT NOTICE<!--TgQPHd|[]--> Project:<!--TgQPHd|[]--> Commercial Roofing Supplies – FPC Yankton (Fargo Building) Notice Number:<!--TgQPHd|[]--> 15B41626RFI000001 Agency:<!--TgQPHd|[]--> Department of Justice, Federal Bureau of Prisons<!--TgQPHd|[]-->
1. INTRODUCTION<!--TgQPHd|[]--> This is a SOURCES SOUGHT NOTICE<!--TgQPHd|[]--> issued for market research purposes only. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), and it shall not be construed as a commitment by the Government to enter into a contract. The Federal Bureau of Prisons (BOP) will not pay for any information or administrative costs incurred in response to this notice.<!--TgQPHd|[]-->
2. PROJECT DESCRIPTION<!--TgQPHd|[]--> The BOP anticipates a requirement for a firm-fixed-price contract for the acquisition of commercial roofing supplies to replace the roof of the Fargo Building at the Federal Prison Camp (FPC) Yankton<!--TgQPHd|[]--><!--TgQPHd|[[null,[["/g/11gdmg8fqb",null,null,null,null,"Can you revise the following text to make it sounds like a professional request for information from a contracting officer for the federal government: 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 COMBINED SYNOPSIS/SOLICITATION MAY BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY.Please only respond to this sources sought notice if you are interested in submitting a quote and capable of fulfilling the requirement.The Federal Bureau of Prisons (BOP) anticipates the need for a firm-fixed-price contract for the acquisition of commericial supplies to replace Fargo roof at the Federal Prison Camp (FPC) Yankton.FPC Yankton is located at 1016 Douglas Avenue, Yankton, SD 57078.The following brief synopsis should not be considered inclusive of work required to complete the project. The work sites for this project scope, as well as most of the buildings on the FPC Yankton campus are part of the "Yankton College Historical District" and on the National Register of Historic Places. A programmatic agreement is in place between the Federal Bureau of Prisons, the South Dakota State Historic Preservation Office and the Advisory Council on Historic Preservation. Fargo will need polymer shakes that are carefully engineered to provide the authentic look of hand-split shakes with dramatically increased durability and resistance to fire and impact. Shakes need to be Widths: 9" Length: 22" Thickness at butt: 5/8". Shakes must be a one-piece hip and ridge shake to have an optimum appearance when used on pitches of 12:12 or less. The color of polymer must come in an aged cedar look. The polymer shake must be able to be cut with a utility knife or a circular saw. Polymer shake must be able to be installed at a 9” or 10” exposure. I am needed enough material to cover a 6,000 sq/ft hip and ridge roof.It is currently unkown if the North American Industrial Classification System (NAICS) code applicable to this requirement is 324122 with a small business size of 1,100 employees or 326199 with a small business size of 750 employees. Interested vendors are asked to provide clarification on a NAICS code that would fit the requirement in addition to other requested information.Interested parties must be registered in the System for Award Management. The BOP is seeking small business's for this project. Your business size metrics information entered in you SAM registration must be less than or equal to the small business size standard specified above . Interested small business's are requested to respond to this notice by emailing dwarmbein@bop.govInterested bidders are advised to continuously monitor SAM.gov for all future updates related to this requirement."]],"",0,null,null,[null,null,null,1,null,null,null,null,null,null,null,null,[256809,null,1],null,null,[{"3524":[10]}]],null,null,null,null,null,null,null,"",0]]--><!--TgQPHd|[]-->, located at 1016 Douglas Avenue, Yankton, SD 57078.<!--TgQPHd|[]--><!--TgQPHd|[]-->
Historic Preservation Requirements:<!--TgQPHd|[]--> Prospective vendors are advised that the project site is located within the "Yankton College Historic District" and is listed on the National Register of Historic Places. All materials must comply with the existing Programmatic Agreement between the BOP, the South Dakota State Historic Preservation Office, and the Advisory Council on Historic Preservation.<!--TgQPHd|[]-->
3. TECHNICAL SPECIFICATIONS<!--TgQPHd|[]--> The Government requires engineered polymer shakes designed to replicate the aesthetic of hand-split shakes while providing enhanced durability and resistance to fire and impact.<!--TgQPHd|[]-->
Dimensions:<!--TgQPHd|[]--> 9” Width x 22” Length; 5/8” thickness at the butt.<!--TgQPHd|[]--><!--TgQPHd|[]--> Configuration:<!--TgQPHd|[]--> One-piece hip and ridge shakes optimized for pitches of 12:12 or less.<!--TgQPHd|[]--><!--TgQPHd|[]--> Color/Finish:<!--TgQPHd|[]--> Aged Cedar aesthetic.<!--TgQPHd|[]--><!--TgQPHd|[]--> Installation/Workability:<!--TgQPHd|[]--> Must be capable of being cut with a utility knife or circular saw and installed at a 9” or 10” exposure.<!--TgQPHd|[]--><!--TgQPHd|[]--> Quantity:<!--TgQPHd|[]--> Sufficient material to cover approximately 6,600 square feet of hip and ridge roofing.<!--TgQPHd|[]--><!--TgQPHd|[]--> <!--TgQPHd|[]-->
4. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS)<!--TgQPHd|[]--> The Government is currently evaluating the appropriate NAICS code for this requirement. Potential codes include:<!--TgQPHd|[]-->
324122<!--TgQPHd|[]--> (Asphalt Shingle and Coating Materials Manufacturing) – Size Standard: 1,100 employees.<!--TgQPHd|[]--><!--TgQPHd|[]--> 326199<!--TgQPHd|[]--> (All Other Plastics Product Manufacturing) – Size Standard: 750 employees.<!--TgQPHd|[]--><!--TgQPHd|[]--> <!--TgQPHd|[]-->
Interested vendors are requested to provide feedback or recommendations on the most appropriate NAICS code for these specific supplies.<!--TgQPHd|[]-->
5. SUBMISSION REQUIREMENTS<!--TgQPHd|[]--> The BOP is specifically seeking interest from qualified Small Business concerns<!--TgQPHd|[]-->. To be considered, your firm must be registered in the System for Award Management (SAM) and meet the size standards associated with the NAICS codes listed above.<!--TgQPHd|[]-->
All interested parties should submit a capability statement via email to dwarmbein@bop.gov<!--TgQPHd|[]-->. Please include:<!--TgQPHd|[]-->
Company Name, UEI number, and Point of Contact information.<!--TgQPHd|[]--><!--TgQPHd|[]--> Documentation of ability to provide materials meeting the technical and historic preservation specs.<!--TgQPHd|[]--><!--TgQPHd|[]--> Recommended NAICS code and confirmation of Small Business status under that code.<!--TgQPHd|[]--><!--TgQPHd|[]--> <!--TgQPHd|[]-->
6. FUTURE UPDATES<!--TgQPHd|[]--> Interested parties are responsible for monitoring SAM.gov<!--TgQPHd|[]--> for the release of any subsequent combined synopsis/solicitation, which will provide formal instructions for submitting quotes.