Search Contract Opportunities

Aluminum   2

ID: SV0183-25 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 25, 2025, 12:39 p.m. EDT

**************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).

Posted: Aug. 22, 2025, 5:57 a.m. EDT
Posted: Aug. 15, 2025, 5:55 a.m. EDT
Posted: Aug. 13, 2025, 6:52 a.m. EDT
Posted: Aug. 8, 2025, 9:35 a.m. EDT
Background
This solicitation is issued by UNICOR, Federal Prison Industries, Inc., which aims to provide commercial items as part of its mission. The contract is a two-year firm-fixed-price indefinite delivery/indefinite quantity (IDIQ) type contract with Economic Price Adjustment for WPU10220115 (Metals - Primary Aluminum). This requirement is 100% set-aside for small businesses, with a size standard of 1,400 employees.

Work Details
The items are grouped into two separate lots: Lot A and Lot B. Lot A consists of line items 1, 2, 3, 4, and 8; Lot B consists of line items 5, 6, and 7. Vendors may submit proposals for either Lot A, Lot B, or both. Each vendor must provide a price for every line item in the group they are submitting a proposal for; failure to do so may result in removal from competition. The guaranteed minimum quantity is 480 ft²/ft with a guaranteed minimum dollar amount per order of $1,500.

Period of Performance
UNICOR’s desired delivery is within 45 calendar days or sooner from receipt of each delivery order issued.

Place of Performance
The products will be delivered to UNICOR, Federal Prison Industries, Inc., Unicor Cumberland Sign, located at 1461 Burbridge Rd SE, Cumberland, VA 21502-8724.

Overview

Response Deadline
Sept. 5, 2025, 2:00 p.m. EDT (original: Aug. 29, 2025, 2:00 p.m. EDT) Past Due
Posted
Aug. 8, 2025, 9:35 a.m. EDT (updated: Aug. 25, 2025, 12:39 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Cumberland, MD 21502 United States
Source

Current SBA Size Standard
1400 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$5,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
On 8/8/25 FCI Cumberland issued Synopsis Solicitation SV0183-25 for Aluminum due 9/5/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 331315 (SBA Size Standard 1400 Employees) and PSC 9515.
Primary Contact
Name
Wesley Newell   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Administrative Contracting Officer Wes Newell Profile wesley.newell2@sudoj.gov None

Documents

Posted documents for Synopsis Solicitation SV0183-25

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SV0183-25

Award Notifications

Agency published notification of awards for Synopsis Solicitation SV0183-25

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SV0183-25

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation SV0183-25

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SV0183-25

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SV0183-25

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL PRISON INDUSTRIES, INC > FCI CUMBERLAND
FPDS Organization Code
1542-15UCUM
Source Organization Code
100523330
Last Updated
Sept. 20, 2025
Last Updated By
wesley.newell2@usdoj.gov
Archive Date
Sept. 20, 2025