R2 Consultant

SOL #: SV0194-26Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Washington, DC

NAICS

Environmental Consulting Services (541620)

PSC

Environmental Systems Protection Environmental Consulting And Legal Support (F115)

Set Aside

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

Timeline

1
Posted
Nov 19, 2025
2
Last Updated
Dec 30, 2025
3
Submission Deadline
Jan 2, 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.

***12-30-2025 edit to attach Questions and Answers document.***

***12-17-2025 edit corrected the line items by deleting those previously there and adding new ones.***

Unicor, SV0194-26, R2 Consultant

PROJECT LOCATION IS AS FOLLOWS:

Unicor's Electronics Recycling Business Group Factories located in: Atwater, CA; Marianna, FL; Schuylkill, PA; Texarkana, TX; Allenwood, PA; Leavenworth, KS; and Terminal Island, CA.

SAM.gov posting:     12/8/2025

Questions Due:        12/19/2025

Quotes Due:               1/2/2026

SOLICITATION:

Solicitation is issued as a 1 year with 2 option years, fixed price requirements type contract.

Base year plus 2 option years. Base year is calendar year 2026. Option Year 1 is calendar year 2027. Option Year 2 is calendar year 2028.

SET ASIDE:

This is a 100% set-aside for small business.

REQUIREMENT:

Unicor is seeking a contract for third-party professional auditing, consultation, training, and EH&S testing services for Unicor's Electronics Recycling Business Group Factories located in: Atwater, CA; Marianna, FL; Schuylkill, PA; Texarkana, TX; Allenwood, PA; Leavenworth, KS; and Terminal Island, CA.

SALIENT CHARACTERISTICS / ORDER OF EVENTS and EXPECTED SERVICES:

See the Performance Work Statement (PWS) for details of work to be performed.

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

QUESTIONS:

Questions will be submitted before the deadline and 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. 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.

Evaluation Criteria will include the following:

1. Qualifications of the proposing firm and of the CIH(s) proposed, including references for the firm and the CIHs.

2. Qualifications of the laboratory(ies) to be used.

3. Costs.

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. 

OFFERS:

Signed and dated offers shall be on the SF1449 and are due by 2pm EST, 1/2/2026.

They are submitted by email to wesley.newell2@usdoj.gov.

Do not send offers via U.S. mail. OMB Clearance 1103-0018. Offer must indicate Solicitation No. SV0194-26, 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: _____________________________

VENDOR EMAIL ADDRESS: ________________________________________

VENDOR BUSINESS SIZE FOR NAICS CODE 541620: 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.

People

Points of Contact

Wes NewellPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Dec 30, 2025
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Dec 30, 2025
Version 3
Combined Synopsis/Solicitation
Posted: Dec 17, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 9, 2025
View
Version 1
Sources Sought
Posted: Nov 19, 2025
View
R2 Consultant | GovScope