Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
SOLICITATION NOTICE

V -- Print Relocation

Notice Date
6/26/2025 7:19:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
FEDERAL PRISON INDUSTRIES, INC Hopewell VA 23860 USA
 
ZIP Code
23860
 
Solicitation Number
SV0181-25
 
Response Due
7/3/2025 11:00:00 AM
 
Archive Date
07/18/2025
 
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
Unicor, SV0181-25, PET1 Print Relocation 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: Vendor will pick up 6 machines in Virginia; vendor will transport and install 2 print machines at Unicor in Minnesota; vendor will take possession of the other 4 print machines. Refer to the Statement of Work (SOW) for details. SALIENT CHARACTERISTICS / WORK DESCRIPTION: Refer to the Statement of Work (SOW) for details. 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). Evaluation factors are past performance, price, lead time, safety, and technical approach. The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility. 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 as soon as possible. Vendors are required to provide their best 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, July 3, 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. SV0181-25, 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 485991: 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f2089b702914ae9a10d3a12a9d8d431/view)
 
Place of Performance
Address: Petersburg, VA 23804, USA
Zip Code: 23804
Country: USA
 
Record
SN07490271-F 20250628/250626230041 (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.