Search Contract Opportunities

Halm Jet Press Rebuilds   2

ID: SV0180-25 • Type: Synopsis Solicitation
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: June 3, 2025, 6:38 a.m. EDT

Unicor, SV0180-25, SST1

Three (3) Halm Jet Press Rebuilds

**************Edit on 6/3/2025****************************

Machine 1's model was listed as JP-WOD-6D. This is incorrect.

Machine 1's correct model number is JP-TWOD-6D.

The text has been updated.

**********************************************************

SOLICITATION: Issued as Request for Quote (RFQ) for a Firm-Fixed-Price, Definite Delivery-Definite Quantity type contract.

Set Aside: This is a 100% set aside for small business.

Requirement: The complete rebuild and delivery of three (3) Halm Jet Press machines.

Delivery: Unicor will coordinate and pay for freight to the place of performance (vendor's location). Once rebuilt, the awardee is responsible to coordinate and pay for freight back to Unicor. This will be done one machine at a time.

FOB Destination to:

Unicor Sandstone

2300 County Road 29

Sandstone, MN 55072

SALIENT CHARACTERISTICS / ORDER OF EVENTS and EXPECTED SERVICES:

  • Machine 1: JP-TWOD-6D, Serial # SJ5288, Swing Arm Top and Bottom Feeder
  • Machine 2: JP-WOD-6D, Serial # SJ5779, Top and Bottom Feeder
  • Machine 3: JP-WOD-6D, Serial # 5016, Top and Bottom Feeder
  • Unicor will coordinate and pay for shipping to the vendor.
  • First machine will be sent out (JP-TWOD-6D, Serial # SJ5288, Swing Arm Top and Bottom Feeder)
  • The Press is stripped to the frame.
  • Frame is cleaned, primed and painted.
  • Replace all copper rollers, chrome rollers, printer ink rollers, water metering rollers, water form rollers, plate cylinders and shafts, blanket cylinder and shaft, bearings and bushings, and belts.
  • Replace blanket pin assemblies.
  • Replace all bearings, bushings, bogie wheels, pinch wheels, entrance shaft, feed belts and table delivery belts.
  • Replace printer pusher chains, solenoids, and oil lines and fittings.
  • Rewire the envelope printer and install new micro switches.
  • Rebuild the ink fountains and feeders and vacuum pump.
  • 180-day warranty covering parts and labor that are installed by the vendor.
  • Vendor would coordinate and pay for shipping back to UNICOR.
  • Unicor receives the first machine back completed.
  • Unicor initiates the same process with the second Jet Press (JP-WOD-6D, Serial # SJ5779, Top and Bottom Feeder).
  • Unicor receives the second machine back completed.
  • Unicor initiates the same process with the third Jet Press (JP-WOD-6D, Serial # 5016, Top and Bottom Feeder).
  • Unicor will receive all three fully rebuilt Jet Press machines within 12 months of award.
  • Exact machine with the exact options will be returned once rebuilt.

If a vendor finds that other services should be completed in addition, please let us know and quote it with the recommended work.

Questions for this solicitation will be addressed in writing to: wesley.newell2@usdoj.gov.

AWARD METHODOLOGY: This acquisition will be procured in accordance with FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. The Government intends to evaluate quotes and award a contract that is the best overall value to the government, in accordance with FAR 52.212-1(g). The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility.

Price and past performance will be major factors when determining the best value to the government.

CONTRACTOR'S RESPONSIBILITY: It is the responsibility of the Contractor to follow any Special Security Requirements of the correctional facility where the work is performed in the performance of the contract and to consider the effects of those security requirements in the pricing of the proposal. Contractor will be subject to NCIC check to enter federal property for delivery unless a commercial shipping service is used.

PERIOD OF PERFORMANCE: UNICOR's desired delivery is within 12 months or sooner from receipt of purchase order issued. Vendors are required to provide their best manufacturing/delivery time for evaluation. Delivery schedule will be established at time of award.

OFFERS: Signed and dated offers are submitted by email to: wesley.newell2@usdoj.gov

The date and time for receipt of quotes is:

Friday, June 13, 2025, at 2:00 p.m. EASTERN STANDARD TIME (EST).

Do not send offers via U.S. mail. OMB Clearance 1103-0018. Offer must indicate Solicitation No. SV0180-25, time specified for receipt of offer, name, address, 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 IDENTIFIER (UEI): _______________________________________

VENDOR POINT OF CONTACT: _____________________________________

VENDOR TELEPHONE & FAX NUMBER: _____________________________

VENDOR EMAIL ADDRESS: ________________________________________

VENDOR BUSINESS SIZE FOR NAICS CODE 811310: Small Business (Y or N): _____________

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 quote, during performance and through final payment of any contract resulting from this solicitation.

The Contracting Officer is Wesley Newell at wesley.newell2@usdoj.gov.

Posted: May 30, 2025, 6:41 a.m. EDT
Background
Unicor, a government agency, is issuing this solicitation for the complete rebuild and delivery of three Halm Jet Press machines. This contract is aimed at small businesses and is structured as a Firm-Fixed-Price, Definite Delivery-Definite Quantity type contract. The goal is to ensure the machines are fully operational and meet specific performance standards.

Work Details
The contractor will be responsible for the following tasks:

1. Rebuild three Halm Jet Press machines (JP-WOD-6D) with serial numbers SJ5288, SJ5779, and 5016.

2. Coordinate and pay for shipping of the machines to their location for rebuilding.

3. Strip each press to the frame, clean, prime, and paint it.

4. Replace all necessary components including:
- Copper rollers
- Chrome rollers
- Printer ink rollers
- Water metering rollers
- Water form rollers
- Plate cylinders and shafts
- Blanket cylinder and shaft
- Bearings and bushings
- Belts
- Blanket pin assemblies
- Bogie wheels
- Pinch wheels
- Entrance shaft
- Feed belts and table delivery belts.

5. Replace printer pusher chains, solenoids, oil lines and fittings.

6. Rewire the envelope printer and install new micro switches.

7. Rebuild ink fountains and feeders as well as vacuum pumps.

8. Provide a 180-day warranty covering parts and labor installed by the vendor.

The process will be repeated for each machine sequentially until all three are rebuilt and returned to Unicor within a total of 12 months from the award date.

Period of Performance
The desired period of performance is within 12 months from receipt of the purchase order.

Place of Performance
The work will be performed at the vendor's location before shipping back to Unicor Sandstone at 2300 County Road 29, Sandstone, MN 55072.

Overview

Response Deadline
June 13, 2025, 2:00 p.m. EDT Past Due
Posted
May 30, 2025, 6:41 a.m. EDT (updated: June 3, 2025, 6:38 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Sandstone, MN 55072 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
76% of obligations for similar contracts within the Bureau of Prisons were awarded full & open.
On 5/30/25 FCI Sandstone issued Synopsis Solicitation SV0180-25 for Halm Jet Press Rebuilds due 6/13/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J049.
Primary Contact
Name
Wes Newell   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation SV0180-25

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SV0180-25

Award Notifications

Agency published notification of awards for Synopsis Solicitation SV0180-25

Contract Awards

Prime contracts awarded through Synopsis Solicitation SV0180-25

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SV0180-25

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SV0180-25

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL PRISON INDUSTRIES, INC > FEDERAL PRISON INDUSTRIES, INC
FPDS Organization Code
1542-15USAN
Source Organization Code
100523332
Last Updated
June 29, 2025
Last Updated By
wesley.newell2@usdoj.gov
Archive Date
June 28, 2025