Dust Collection System Evaluation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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
The Department of Justice, Federal Prison Industries, Inc. (UNICOR), is soliciting proposals for a Firm Fixed-Price, Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect and Engineer (A-E) services to evaluate dust collection systems. This opportunity focuses on UNICOR's office furniture manufacturing facilities in Ashland, KY, and Coleman, FL. The selected firm will advise on and create a Statement of Work (SOW) for replacement systems. This is a Total Small Business Set-Aside. Proposals are due by April 15, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide engineering services to:
- Evaluate current dust collection systems and recommend specifications for new systems.
- Develop a comprehensive SOW for the purchase and installation of new dust collection systems.
- Provide technical evaluation of proposals for replacement systems.
- Draft descriptive literature and PDF drawings for installation and overview.
Contract Details
- Contract Type: Firm Fixed-Price, Single Award, IDIQ (Requirements type contract).
- Period of Performance: 60 days from contract award.
- Guaranteed Minimum: $500.00.
- Maximum Not-to-Exceed Total Cost: $25,000.00.
- Offer Acceptance Period: 180 calendar days.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541330 (Architectural, Engineering, and Related Services).
- Small Business Size Standard: $25.5 Million Annually.
Submission Requirements & Evaluation
Offerors must submit proposals by Wednesday, April 15, 2026, at 2:00 PM EST. Proposals should be emailed to peyton.perry@usdoj.gov with "FN1609-26" in the subject line. Key submission requirements include:
- Registration on SAM.gov.
- Completion of the Business Management Questionnaire (FPI9999), including three references for similar projects.
- Submission of Standard Form 330 (Architect-Engineer Qualifications).
- Providing pricing for all line items (referencing the "Bid Tab.xlsx").
- Acknowledgment of all amendments.
- Personnel may be required to complete an NCIC Background Check Form.
Proposals will be evaluated on a best value basis, considering the following factors in order of importance: Technical ability (to meet specifications), Past Performance, and Price.
Key Dates & Contacts
- Questions Due: March 25, 2026.
- Mandatory Site Visits: FPI Ashland (March 30, 2026) and FPI Coleman (April 1, 2026).
- Contact: Peyton Perry (peyton.perry@usdoj.gov).