RFID Labels and Hangtags

SOL #: CT2384-26Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Washington, DC

NAICS

Other Electronic Component Manufacturing (334419)

PSC

Miscellaneous Electrical And Electronic Components (5999)

Set Aside

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

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 10, 2026, 7:00 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

The Department of Justice, Federal Prison Industries, Inc. (UNICOR), is soliciting proposals for RFID Labels and Hangtags for various UNICOR factories. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFP CT2384-26) for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. Proposals are due April 10, 2026, by 2:00 PM CST.

Scope of Work & Requirements

This opportunity procures RFID labels and hangtags that must be Berry Amendment compliant and domestic USA only, adhering to DFARS 252.225-7012. The Non-Manufacturer Rule applies. Key deliverables include a Certificate of Conformance (COC) with each shipment. The government reserves the right to request bid samples and may add future requirements. The term "odyssey" in line item descriptions refers to a brand name or equal.

Contract Details

  • Contract Type: Indefinite Delivery-Indefinite Quantity (IDIQ) with Economic Price Adjustment.
  • Period of Performance: Base period plus four option years.
  • Estimated Value: Guaranteed minimum quantity of 1,000 ea. Estimated/not-to-exceed quantity for the life of the contract is 26,995,000 ea.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 334419 (size standard 750 employees).
  • Rated Order: This is a DO rated order (DOC9) requirement.

Submission & Evaluation

  • Proposal Submission Deadline: April 10, 2026, by 2:00 PM CST.
  • Questions Deadline: March 27, 2026. All inquiries must be in writing via email to harley.jacobson2@usdoj.gov.
  • Submission Method: Emailed proposals, indicating Solicitation Number CT2384-26, offeror details, technical description, warranty, price, and discount terms. Acknowledgment of all amendments is required.
  • Evaluation Criteria: Past performance and technical factors are significantly more important than price. Technical factors include adherence to Berry Amendment compliant material. Past performance factors include quality, on-time delivery, shipping instructions adherence, customer service, and performance within the last three years.

Additional Notes

Offerors must hold prices firm for 60 calendar days. Required forms may include the ACH Vendor/Miscellaneous Payment Enrollment Form, Credit Release Authorization, and a Business Management Questionnaire for past performance. Contractors must be registered in the System for Award Management (SAM).

People

Points of Contact

Harley JacobsonPRIMARY
Adam McCammackSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 3, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
RFID Labels and Hangtags | GovScope