Dust Collection System Evaluation

SOL #: FN1609-26Combined Synopsis/Solicitation

Overview

Buyer

Justice
Federal Prison Industries, Inc
FEDERAL PRISON INDUSTRIES, INC
WASHINGTON, DC, 20534, United States

Place of Performance

Coleman, FL

NAICS

Engineering Services (541330)

PSC

Architect And Engineering Construction: Production Buildings (C1EC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
Apr 15, 2026
3
Submission Deadline
May 21, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

UNICOR (Federal Prison Industries, Inc.) is seeking Architect and Engineer (A&E) services for a Dust Collection System Evaluation at its wood furniture factories in Ashland, KY, and Coleman, FL. This opportunity is for a Firm Fixed-Price, IDIQ contract to evaluate existing systems and develop a Statement of Work (SOW) for replacements. This is a Total Small Business Set-Aside. Proposals are due by May 21, 2026.

Scope of Work

The selected contractor will be responsible for:

  • Evaluating the current dust collection systems at both facilities.
  • Recommending specifications for new, compliant systems.
  • Developing a comprehensive Statement of Work (SOW) for the procurement and installation of replacement dust collection systems.
  • Providing technical evaluation support for proposals received for the replacement systems.
  • Drafting the SOW for replacement systems, including descriptive literature and PDF drawings for installation and overview.

Contract Details

  • Contract Type: Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ), single award.
  • Period of Performance: 60 days from contract award.
  • Guaranteed Minimum: $500.00.
  • Maximum Not-to-Exceed: $25,000.00.
  • NAICS Code: 541330 (Architectural, Engineering, and Related Services).
  • Set-Aside: Total Small Business.

Submission & Evaluation

  • Proposal Due Date: May 21, 2026, by 2:00 PM EST.
  • Submission Method: Proposals must be emailed to peyton.perry@usdoj.gov. The email subject line must reference solicitation number FN1609-26.
  • Required Documents: Offerors must complete the Business Management Questionnaire (Section L) with three relevant references (for similar items and scope), acknowledge all amendments, and submit all documents attached to the solicitation, including Standard Form 330 (Architect-Engineer Qualifications). The NCIC Background Check Form may be required for personnel accessing facilities.
  • Registration: All offerors must be registered on www.sam.gov.
  • Evaluation Factors (in order of importance): Technical ability (to meet specifications), Past Performance, and Price.
  • Site Visits: Mandatory site visits were required for FPI Ashland (March 30, 2026) and FPI Coleman (April 1, 2026).
  • Questions: The deadline for submitting questions was March 25, 2026.

Contact Information

People

Points of Contact

Peyton PerryPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
View
Dust Collection System Evaluation | GovScope