USMS FY25 D98 Prisoner Interview Stool Modification
ID: 15M10225RA4700082Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

BARS AND RODS (9510)

Set Aside

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

    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the modification of existing prisoner interview stools, converting them into wall-mounted structures. The project involves altering sixteen stainless steel benches to enhance safety and functionality, with specific performance standards outlined in the Statement of Work. This procurement is part of the federal government's initiative to engage small businesses, including those owned by veterans and women, and emphasizes compliance with federal regulations, including registration in the System for Award Management. Proposals are due by April 10, 2025, with work scheduled to commence on April 14, 2025, and conclude by September 30, 2026. Interested parties can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses a series of technical inquiries related to a government RFP concerning fabrication and installation requirements for a project managed by the US Marshals Service (USMS). Key points include that 240V power is not available onsite, necessitating considerations for 120V outlets located approximately 20 feet from the work area. Fabrication may occur offsite, but any welding must be performed onsite, and commercial welding qualifications are deemed acceptable as long as 304 stainless steel welding capabilities are met. Additionally, the government allows the use of alternative anchoring methods, such as wedge anchors or epoxy-based fasteners, for CMU block walls, rather than solely relying on standard stainless steel bolts. The existing stools for modification are confirmed to be made of polished 304 stainless steel. The document serves to clarify technical constraints and requirements for contractors participating in the RFP, emphasizing compliance and safety during fabrication and installation processes.
    The document outlines the questions and answers related to a contract for modifications involving the welding and anchoring of components in a facility. Key points include that 240V power is not available on-site, requiring the use of 120V power outlets located 20 feet away. While components can be fabricated off-site, welding needs to occur on-site. Acceptable welding qualifications are standard commercial certifications, provided they can work with 304 stainless steel. The document permits alternative anchoring methods and specifies that 1.5" solid stainless steel bars are required, with existing components having a polished 304 stainless finish. The work will occur on the first floor, and a freight elevator is available for equipment transport. Lastly, the flooring is terrazzo, demanding consideration for proper anchoring and installation methods. This document serves as a reference for contractors to understand technical requirements and limitations for the project while aligning with the government's expectations laid out in the request for proposals.
    The document outlines a new section being added to the federal government's Request for Proposals (RFPs) and grants, focusing on expanding access and opportunities for state and local entities. The main aim is to streamline the application process and enhance transparency regarding funding criteria and eligibility. Key ideas include the introduction of simplified proposal formats, clear timelines for application reviews, and enhanced communication channels for applicants. Specific funding priorities will be highlighted, targeting projects that address urgent community needs, such as infrastructure improvements and public health initiatives. Additionally, there will be an emphasis on collaborations between local governments and non-profit organizations to promote resource sharing and innovative solutions. By adopting these measures, the government hopes to foster greater engagement and ensure efficient allocation of resources to support local project initiatives, thereby reinforcing community development objectives.
    The document outlines various technical requirements and clarifications for a government project involving the modification of seating stools in a facility. Key points include the unavailability of 240V power onsite, necessitating the use of 120V outlets approximately 20 feet away. All welding must occur onsite, though components may be fabricated offsite. Welding must be performed by commercially certified welders capable of working with 304 stainless steel. The use of alternative anchoring systems is permitted, and the specific materials involved in the project are confirmed as 304 stainless steel. The flooring type, which is terrazzo, has been noted, along with the operation site on the first level of the building. A freight elevator is available for transporting materials. Additional confirmations include that the wall is suitable for anchoring and covered with tile from manufacturing, and the base plate specifications are confirmed at ¼ inches. This document serves to ensure clarity on technical specifications and modifications required for compliance with governmental standards during the project’s execution.
    The document pertains to a solicitation by the U.S. Marshals Service (USMS) for modifying existing prisoner interview stools. This procurement falls under the Request for Proposal (RFP) framework, targeting small businesses, including those owned by veterans and women. The project involves converting sixteen stainless steel benches to wall-mounted stools, with specific performance standards outlined in a detailed Statement of Work. Services must be completed outside standard business hours and include installation and trash removal, with a performance period running from April 14, 2025, to September 30, 2026. Key provisions address compliance with various federal regulations, including the need for contractors to be registered in the System for Award Management and adhere to requirements for small business subcontracting. The document also specifies invoicing procedures and emphasizes the importance of protecting confidential information related to the contract. Overall, this solicitation illustrates the federal government's efforts to engage small businesses in fulfilling its operational needs while ensuring adherence to statutory and regulatory compliance.
    The document outlines a Request for Proposal (RFP) from the U.S. Marshals Service (USMS) for the modification of prisoner interview stools, converting them to wall-mounted structures. The solicitation number is 15M10225RA4700082, with proposals due by April 10, 2025. It specifically reserves this opportunity for small businesses and outlines the method of solicitation as a Request for Proposal (RFP). The main objective includes modifying sixteen existing stainless steel benches by adding a safety bar and making necessary installations while ensuring cleanup and trash removal. The performance period is from April 14, 2025, to September 30, 2026, with work to be conducted outside normal business hours. Essential contacts for administrative and contractual queries are provided, including respective phone numbers and emails. The summary also includes a detailed Statement of Work outlining the specific tasks and compliance requirements, emphasizing a timeline for completion, invoicing procedures, and mandatory representations and certifications from offerors. Overall, this RFP aims to enhance safety in the USMS facilities while focusing on supporting small businesses in the contracting process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26-28 A45 Psychological fit for duty exam
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for psychological fit-for-duty evaluations for Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering standardized psychological tests to assess the mental and emotional fitness of DUSMs, which is crucial for their performance in high-stress law enforcement roles. This procurement emphasizes the importance of adhering to professional mental health standards and federal regulations, particularly regarding the safeguarding of Personally Identifiable Information (PII). Interested parties must submit their completed quotes to Renee Leaman via email by December 11, 2025, with the procurement due date extended to December 18, 2025, at 11:00 AM EST.
    FY26 TD 26011 INITIAL GEAR DFTP
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for miscellaneous duty gear as part of the FY26 TD 26011 Initial Gear Deputy Fundamental Training Program (DFTP). This procurement is exclusively set aside for small businesses under NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. The goods are essential for equipping new deputies with the necessary gear for their training, ensuring compliance with security and privacy requirements, including safeguarding Personally Identifiable Information (PII). Interested vendors must submit their quotes by December 16, 2025, at 12:00 PM CT, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    Mattresses BOP Institutions
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons (FBOP), is seeking suppliers for approximately 43,281 institutional clear mattresses with built-in pillows to be delivered to various Federal Correctional Institutions across the United States. These mattresses must meet specific requirements, including lightweight construction, abrasion resistance, breathability, and compliance with fire safety standards, while also integrating features to combat MRSA and resist body fluids and bacteria. This procurement is crucial for maintaining the health and safety of individuals in custody, ensuring that the facilities are equipped with high-quality bedding. Interested vendors should respond to the Sources Sought announcement by December 15, 2025, at 2:00 p.m. CST, and can direct inquiries to Tammie O. Johnson at t8johnson@bop.gov or by phone at 202-598-6012.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the Replacement Sallyport Grill project at the Federal Correctional Complex in Forrest City, Arkansas. The project involves the removal of the existing grill and the installation of a new custom-fabricated stainless steel grill that meets specific design and safety requirements, including electronic and manual locking mechanisms. This procurement is crucial for maintaining the security and operational integrity of the facility, emphasizing compliance with federal regulations and safety protocols. Interested contractors must submit their quotations by December 16, 2024, and can direct inquiries to Essie Burton at eburton@bop.gov or by phone at 870-494-4230.
    IT Support Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    20--STOOL,REVOLVING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of revolving stools under the title "20--STOOL, REVOLVING." The contract will involve the supply of miscellaneous ship and marine equipment, with a focus on compliance with various technical and quality requirements as outlined in the solicitation documents. These stools are essential for operational efficiency within naval facilities, ensuring that personnel have the necessary equipment for their tasks. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and are reminded that pricing for quotations must remain valid for 60 days following the closing date of the solicitation.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.