Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2025 SAM #8675
SOLICITATION NOTICE

95 -- Aluminum

Notice Date
8/25/2025 9:39:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil Manufacturing
 
Contracting Office
UNITED STATES DEPARTMENT OF JUSTICE, DBA FEDERAL PRISON INDUSTRIES CUMBERLAND MD 21502 USA
 
ZIP Code
21502
 
Solicitation Number
SV0183-25
 
Response Due
9/5/2025 11:00:00 AM
 
Archive Date
09/20/2025
 
Point of Contact
Wesley Newell
 
E-Mail Address
wesley.newell2@usdoj.gov
(wesley.newell2@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**************8/25/2025 12:38PM EST Edit to EXTEND DUE DATE TO 9/5/2025. ************************ **************8/22/2025 5:56AM EST Edit to include attachment Extrusion Panel Drawing for more technical specifications of the extrusions; and to clarify that the surface is not milled. **************8/15/2025 5:55AM EST Edit removes the techincal drawing attachments and replaces it with the attachment titled: SV0183-25 Updated Techincal Drawings Extrusions Z-Bar L-Ra **************8/13/2025 6:50AM EST Edit to correct the lot line items to: Lot A consists of line items that begin with �SHA,� which are lines 1, 2, 5, 6, and 7. Lot B consists of line items that begin with �ANA,� which are lines 3, 4, and 8. And add the line: Guaranteed minimum contract order amount is $5,000. ****************************************************************************** TERMS OF DELIVERY ARE F.O.B. DESTINATION TO: UNICOR, Federal Prison Industries, Inc. Unicor Cumberland Sign 1461 Burbridge Rd SE Cumberland, VA 21502-8724 Solicitation is issued as a two (2) year firm fixed price indefinite delivery / indefinite quantity (IDIQ) type contract with Economic Price Adjustment for WPU10220115 (Metals - Primary Aluminum). Items are grouped and will be awarded in two (2) separate lots; Lot A, and Lot B. Lot A consists of line items that begin with �SHA,� which are lines 1, 2, 5, 6, and 7. Lot B consists of line items that begin with �ANA,� which are lines 3, 4, and 8. Vendors may submit proposals for either Lot A, Lot B, or both Lot A and Lot B. Vendors must provide a price for every line item in the group in which they are submitting a proposal. Failure to do so may result in the proposal�s removal from competition. Offerors who do not agree with the Producer Price Index listed above are required to submit the price index that they believe is correct to the contracting officer at least five (5) calendar days prior to the due date for offers. The index submitted will be evaluated and changed by amendment to the solicitation if necessary. PPI #____________________________________________ Solicitation is 100% set aside for small business. Questions pertaining to this solicitation will only be addressed in writing via email to: wesley.newell2@sudoj.gov. For a list, description and total estimated quantities of all items, refer to Section B. UNICOR�s desired delivery is 45 calendar days or sooner from receipt of each delivery order issued. Vendors are required to provide their best manufacturing/delivery time for evaluation which will be evaluated under technical factors as a go/no go. Delivery schedule will be established at time of award. Delivery orders will be issued in accordance with 52.216-19. The date and time for receipt of questions is 08/18/2025, 2pm EST. Vendors shall submit signed and dated offers on the SF1449 by email to: wesley.newell2@usdoj.gov The date and time for receipt of proposals is 09/05/2025, 2pm EST. Offer must indicate Solicitation No. SV0183-25, time specified for receipt of offer, 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. THE FOLLOWING INFORMATION IS REQUIRED TO BE COMPLETED BY THE OFFEROR: SAM UNIQUE ENTITY NUMBER:_______________________________________ VENDOR'S POINT OF CONTACT: _____________________________________ VENDOR'S TELEPHONE & FAX NUMBER: _____________________________ VENDOR'S EMAIL ADDRESS: ________________________________________ VENDOR'S BUSINESS SIZE (i.e. SMALL, LARGE, ETC.): __________________ By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database (System Award Management) prior to submitting a proposal, during performance and through final payment of any contract resulting from this solicitation. _______________________________________________ Signature The Administrative Contracting officer is Wes Newell: wesley.newell2@usdoj.gov PART I: INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is SV0183-25 and this solicitation is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. The North American Industry Classification System code is 331315. This requirement is 100% set-aside for small business; small business size standard for this solicitation is 1,400 employees UNICOR, Federal Prison Industries, Inc., intends to enter into a two (2)-year, firm-fixed-price, with Economic Price Adjustment, requirements contract for the following commercial item(s): See Section B for list of items. Guaranteed minimum quantity is 480ft2/ft. Guaranteed minimum dollar amount per order is $1,500. Guaranteed minimum contract order amount is $5,000. Items are grouped and will be awarded in two (2) separate lots; Lot A, and Lot B. Lot A consists of line items that begin with �SHA,� which are lines 1, 2, 5, 6, and 7. Lot B consists of line items that begin with �ANA,� which are lines 3, 4, and 8. Vendors may submit proposals for either Lot A, Lot B, or both Lot A and Lot B. Vendors must provide a price for every line item in the group in which they are submitting a proposal. Failure to do so may result in the proposal�s removal from competition. Each lot will be evaluated on its own merit. Significant evaluation factors are past performance, technical factors, delivery time and price. Technical factors will be go/no-go based on the specifications of the materials. The Government may make award without discussions; therefore, the offeror�s initial offer should contain their best pricing. Award will be based on the best value to the Government considering the evaluation factors listed above. Best value may be determined using tradeoffs among the evaluation factors, so that award may be made to other than the lowest-priced or highest technically-rated proposal. Please note that all offers which fail to furnish required representations and certifications or past performance information or reject the terms and conditions of the solicitation may be excluded from consideration for award. Any contract resulting from this solicitation will not be an obligation. Funds will be obligated by delivery orders. Notice to government when contractor(s) delays: In the event the contractor(s) encounter difficulty in meeting performance requirements, or when there is an anticipated difficulty in complying with the delivery terms or completion dates, or whenever the contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely delivery/performance of this contract, the contractor must immediately notify the Administrative Contracting Officer at UNICOR in writing, giving pertinent details. This information will not be construed as a waiver by the Government of the required delivery schedule, or the Governments rights to impose consideration against delinquencies or other remedies provided by this contract. Contractor agrees that FPI is in the category of the most favored or best commercial customer category of the Contractor and as such, the Contractor will: During the contract period, the Contractor shall report to the Contracting Officer all price reductions offered to the category of customers that are considered by the Contractor to be their most favored or best commercial customer. 1. A price reduction shall apply to purchases under this contract if, after the award date, the Contractor- i) Revises downward its commercial catalog, price list, schedule, etc., to its best commercial customers (or category of customers) below the awarded price under this contract; ii) Grants more favorable discounts or terms and conditions to its best commercial customers than those contained in this contract that would result in prices below the awarded price under this contract, an/or iii) Grants special discounts to its best commercial customer (or category of customers) that would result in prices lower than the awarded price under this contract. 2. The Contractor shall offer the price reduction to FPI with the same effective date, and for the same time period, as extended to the commercial customer (or category of customers). The Contractor may offer the Contracting Officer a voluntary price reduction at any time during the contract period. The Contractor shall notify the Contracting Officer of any price reduction subject to this clause as soon as possible, but not later than 15 calendar days after its effective date. Future requirements for these or similar items from this or other UNICOR factories may be added to the resulting contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. Packaging shall comply with the specifications of ASTM D-3951-95, standard practice for commercial packages. INVOICES ARE TO BE MAILED TO: UNICOR, Federal Prison Industries Central Accounts Payable P.O. Box 11849 Lexington, KY 40578-1849 ATTN: Supervisory Operating Accountant PH: 1-800-827-3168 Or INVOICES ARE TO BE EMAILED TO: Accounts.payable@usdoj.gov PART II: FAR CLAUSES FAR Clauses are located on the SF1449 in the attachments section of this solicitation (SAM.gov did not provide enough space to fit them here).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd2714cfc892419fb91814acdb93ef0b/view)
 
Place of Performance
Address: Cumberland, MD 21502, USA
Zip Code: 21502
Country: USA
 
Record
SN07565514-F 20250827/250825230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.