ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

R2 Consultant

DEPARTMENT OF JUSTICE SV0194-26
Response Deadline
Jan 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for the role of 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 optional years in 2027 and 2028, focusing on compliance with Responsible Recycling standards and conducting various environmental testing, including air and noise sampling. This procurement is critical for ensuring the safety and compliance of operations within correctional facilities, with offers due by January 2, 2026, at 2 PM EST, and should be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov.

Classification Codes

NAICS Code
541620
Environmental Consulting Services
PSC Code
F115
ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT

Solicitation Documents

7 Files
SV0194-26.pdf
PDF244 KBNov 19, 2025
AI Summary
Federal Prison Industries (UNICOR) at Lompoc Farm Operation seeks multiple Blanket Purchase Agreements (BPAs) for fertilizer supply. This solicitation, SV0194-26, aims to secure various fertilizer types for agricultural farm operations, ensuring competitive pricing and timely delivery over a 12-month period, with options to renew annually for up to five years. Vendors must supply, transport, and deliver fertilizers meeting specific compositions and quality standards to the Lompoc facility within seven working days of an order. Orders will be placed competitively among BPA holders, with awards based on best value. Contractors must be SAM.gov registered, comply with USDA, EPA, and DOT regulations, and provide specific company information. Payment is contingent on successful delivery and acceptance, with orders ranging from $500 to $25,000. All communications and questions must be directed to the Contracting Officers via email.
1620000326 SV0194-26 R2 Consultant SF1449.pdf
PDF2148 KBDec 9, 2025
AI Summary
This government Request for Proposal (RFP) (SV0194-26) from UNICOR, Federal Prison Industries, Inc., seeks third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories across seven U.S. locations. The contract is a 1-year firm-fixed-price agreement with two option years (2026-2028) and is 100% set-aside for small businesses. Proposals are due by January 2, 2026, 2 PM EST, via email to wesley.newell2@usdoj.gov. Evaluation criteria include the qualifications of the firm, Certified Industrial Hygienists (CIHs), laboratories, and costs. The solicitation emphasizes contractor responsibility for security requirements, adherence to DOJ residency rules, and strict privacy and data management protocols, including prompt reporting of data breaches. Invoices are to be emailed to Accounts.payable@usdoj.gov, and UNICOR expects most-favored customer pricing. The maximum order for a single item is $38,000.
1620000326 SV0194-26 R2 Consultant SF1449 v2.pdf
PDF2176 KBDec 30, 2025
AI Summary
This government solicitation (SV0194-26) is a 100% small business set-aside Request for Proposals (RFP) from UNICOR, Federal Prison Industries, Inc. The agency seeks third-party professional auditing, consultation, training, and Environmental, Health, and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories across seven locations. The contract is a fixed-price requirements type for a base year (2026) with two option years (2027, 2028). Offers are due by January 2, 2026, 2 PM EST, via email. Evaluation criteria include firm and CIH qualifications, laboratory qualifications, and costs. The government reserves the right to award without discussions and prefers offers containing the best price and technical standpoint. Key clauses address contractor responsibilities, security requirements (including NCIC checks and residency), privacy, whistleblower information, and Department of Justice protest procedures. The maximum order for a single item is $38,000, and funds will be obligated by individual delivery orders.
SV0194-26 PWS SOW - R2 Consultant 2026-2028.pdf
PDF148 KBDec 30, 2025
AI Summary
This Statement of Work outlines a contract for third-party professional auditing, consultation, training, and EH&S testing services for Unicor's Electronics Recycling Business Group Factories across seven locations in California, Florida, Pennsylvania, Texas, and Kansas. The contract spans a base year (2026) and two option years (2027, 2028). Services include reviewing management systems for RIOS & R2V3 Responsible Recycling compliance, assisting with implementation of changes, reviewing Downstream Due Diligence documentation for 20 business partners, providing staff training, scheduling and supporting certification/surveillance audits, and performing internal and compliance audits. EH&S testing, conducted by a Certified Industrial Hygienist (CIH) and AIHA-accredited labs, involves annual noise and air sampling (for lead, cadmium, mercury) and surface wipe testing for lead dust. Year 3 (2028) adds air monitoring for beryllium, silica dust, and phosphor compounds. Reports are required for each testing event. The proposal evaluation will consider firm and CIH qualifications, laboratory qualifications, and costs.
SV0194-26 R2 Consultant Soliciation Text w Clauses.pdf
PDF543 KBDec 30, 2025
AI Summary
Unicor's Electronics Recycling Business Group seeks a small business contractor for third-party auditing, consultation, training, and EH&S testing services across its seven U.S. factory locations. This fixed-price requirements contract spans one base year (2026) with two option years (2027, 2028). Offers are due by 2 PM EST on January 2, 2026, submitted via email. Evaluation criteria prioritize firm and Certified Industrial Hygienist (CIH) qualifications, laboratory qualifications, and costs. The solicitation outlines specific contractor responsibilities, including adherence to correctional facility security requirements and residency rules for DOJ contractors. Furthermore, the contract includes clauses on whistleblower protection, stringent privacy requirements for handling sensitive information, and records management, emphasizing data safeguarding, breach reporting, and government ownership of all created records. Invoices are to be emailed to Accounts.payable@usdoj.gov.
R2 Consultant SV0194 Follow-on Questions and Answers.pdf
PDF42 KBDec 30, 2025
AI Summary
The document addresses follow-up questions for an Air Monitoring project scheduled for 2028, specifically regarding the sampling of beryllium, silica dust, and phosphor compounds. It clarifies that sampling for these substances should be conducted separately, meaning multiple sampling trains or equipment should be assigned to different workers rather than concurrently on a single individual. For phosphor compounds, the sampling should focus on respirable dust, and the analysis should specifically measure respirable phosphorus, not total particulate.
R2 Consultant SV0194 Questions - Answers.pdf
PDF79 KBDec 30, 2025
AI Summary
This document, part of federal government RFPs, addresses questions regarding air monitoring, facility layout, sampling population, security, facility gender considerations, and travel costs for a project spanning 2026-2028. Key clarifications include: mercury air monitoring requires sampling for both particulate and vapor phases; air sampling quantities for all years apply separately to each analyte/sampling method; beryllium, silica dust, and phosphor compounds for 2028 require separate sampling; phosphor compound sampling should target respirable dust. A single Industrial Hygienist can cover "Camp" and "Inside the Fence" areas, and electronics recycling occurs concurrently in both buildings at multi-building sites. Personal air sampling is for both staff and inmates. Contractor personnel require background checks two weeks prior to access. Facilities are mixed-gender with no restrictions on opposite-gender personnel. Travel cost reimbursement is limited to actual airfare and GSA lodging rates. RIOS & R2V3 auditing are not part of CIH testing. Estimated hours for auditing, consulting, and training are 1400, and $30,000 is an estimated reimbursable travel cost for procurement/obligation purposes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 19, 2025
amendedAmendment #1· Description UpdatedDec 17, 2025
amendedAmendment #2· Description UpdatedDec 30, 2025
amendedLatest AmendmentDec 30, 2025
deadlineResponse DeadlineJan 2, 2026
expiryArchive DateJan 17, 2026

Agency Information

Department
DEPARTMENT OF JUSTICE
Sub-Tier
FEDERAL PRISON INDUSTRIES, INC
Office
FEDERAL PRISON INDUSTRIES, INC

Point of Contact

Name
Wes Newell

Place of Performance

Washington, District of Columbia, UNITED STATES

Official Sources