This document is an enrollment form for UNICOR, Federal Prison Industries, Inc., designed for vendors to provide their company, contact, and financial information for payment purposes. It collects essential details such as company size (large, small, disadvantaged, woman-owned, service-disabled, veteran-owned), Unique Entity ID, Cage Code, and Tax Identification Number. The form also includes banking information for ACH payments, such as routing and account numbers, and specifies a preference for FOB Destination (freight included in price) for shipping. A critical requirement highlighted is that vendors must be registered and current in the System for Award Management (SAM.gov), a mandatory federal-wide requirement, with an annual profile update necessary.
The document outlines requirements and information for vendors participating in federal procurement processes, specifically with UNICOR (Federal Prison Industries, Inc.). Key points include the necessity for companies to register and maintain their profiles in the System for Award Management (SAM), a mandatory requirement for federal contracts. The document collects vital company details such as their physical address, contact information, and registration identifiers like Unique Entity ID and CAGE Code. It also specifies vendor classification regarding size and ownership, including options for small, disadvantaged, or veteran-owned businesses. Furthermore, it mentions preference for FOB Destination shipping, aiding in securing accurate payments. The inclusion of ACH payment enrollment indicates a move towards electronic payment systems for greater efficiency. This document serves as a guideline for potential vendors to understand the requirements and benefits of engaging with federal procurement opportunities through UNICOR, emphasizing necessary compliance and enlistment steps.
Amendment AMD 01 to Solicitation PRC0002-25, issued by FEDERAL PRISON INDUSTRIES, UNICOR, effective August 6, 2025, modifies the original solicitation. Key changes include updating the NAICS code from 541310 (Architectural Services) to 541330 (Engineering Services). Additionally, specific language related to “P.S. 4100.03, Bureau of Prisons Acquisition Policy (BPAP)” and “BPAP Part 37,” including requirements for contractor urinalysis and investigative procedures, has been removed from pages 9 and 10 of the solicitation. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge this amendment as instructed.
Amendment AMD 02 to Solicitation PRC0002-25, effective August 19, 2025, modifies the submission and performance timelines for elevator design work. Issued by FEDERAL PRISON INDUSTRIES, UNICOR, this amendment revises the sequence and duration of key deliverables. The original submission schedule, which included information gathering, 100% complete scope of work, and final corrected bid set, has been removed. A new, more detailed schedule has been added, incorporating distinct government review periods. Specifically, it introduces a 15-calendar-day government review after the "Evaluation and Recommendations Report" and another 15-calendar-day review after the "100% Complete Scope of Work" submission. Additionally, the time allocated for elevator design completion has been extended from 70 to 90 calendar days after the award. Correspondingly, the total performance period for elevator design work, inclusive of government review and architect corrections, has also been increased from 70 to 90 calendar days. All other terms and conditions of the original solicitation remain unchanged.
Amendment 03 to Solicitation PRC0002-25, effective August 25, 2025, modifies the requirements for Architectural and Engineering (A&E) services. Key changes include correcting the elevator design completion timeframe to 114 days after award, with the total performance period not exceeding this duration unless extended in writing. The scope of work is updated to explicitly require A&E services to comply with all District of Columbia laws, including licensure provisions for professionals supervising architecture and engineering work. Additionally, new tasks are added to the scope: A&E services must now include inspecting and assessing for hazardous materials (asbestos, lead-paint, PCB) during the information gathering phase. A separate abatement design report for hazardous materials, if found, must be provided as part of the working drawings, technical specifications, and 100% scope of work. Responses to questions and a site visit sign-in sheet are provided as attachments. All other terms and conditions of the solicitation remain unchanged.
The document outlines a Request for Proposal (RFP) issued by Federal Prison Industries (FPI) for architectural and engineering services related to the modernization of four elevators at their facility located in Washington, D.C. FPI, operating as UNICOR, aims to utilize a small business set aside for this project. The project includes a mandatory site visit, questions submission deadline, and proposal receipt deadline to ensure interested parties understand the project's requirements fully.
Contractors must adhere to various security and privacy regulations, including background checks and confidentiality agreements due to the sensitive nature of the facility. The contract stipulates that design work is to be completed within 70 days post-award, followed by construction administration services.
The document emphasizes compliance with federal, state, and local codes, requiring a detailed scope of work and project bidding set including thorough evaluations of existing elevator conditions. The government's jurisdiction over all deliverables produced during the contract is also highlighted to ensure proper management and safeguarding of federal records. This RFP is indicative of the federal government's commitment to modernizing its infrastructure while providing opportunities for small businesses within the government contracting realm.
The PRC0002-25 Q&A document addresses key questions regarding a new government Purchase Order for architecture and engineering services. It clarifies that the contract is new and does not waive Washington DC registration requirements for A&E disciplines. Existing drawings for mechanical rooms and elevator systems are available on SAM.gov, accessible to site visit attendees. No construction budget is provided, as it is part of the Scope of Work. The awarded contractor is responsible for hazardous material assessments, with abatement design documents included in the information gathering and reporting phase. Amendments have been issued to resolve conflicts in submission schedules and extend the performance period to 100 days.