Elevator A&E Service
ID: PRC0002-25Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCWASHINGTON, DC, 20534, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)

Set Aside

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

    The Department of Justice, through the Federal Prison Industries, Inc. (UNICOR), is seeking qualified architectural and engineering firms to provide modernization services for four elevators at their facility located in Washington, D.C. The project aims to enhance the functionality and safety of the existing elevators, which include three passenger elevators and one freight/service elevator, and is set aside exclusively for small businesses. This opportunity underscores the federal government's commitment to improving its infrastructure while supporting small business participation in government contracting. Interested firms must attend a mandatory site visit on August 11, 2025, submit questions by August 15, 2025, and provide proposals by August 29, 2025, with all inquiries directed to Deatrice Luck at deatrice.luck@usdoj.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Elevator A&E Service
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Elevator Maintenance & Repair Services MDC Brooklyn, New York
    Buyer not available
    Sources Sought JUSTICE, DEPARTMENT OF is seeking Elevator Maintenance & Repair Services for the Metropolitan Detention Center (MDC) Brooklyn, New York. This service is needed for the maintenance and repair of 17 elevators located at the MDC Brooklyn and Dayton Manor (Staff Housing) in Brooklyn, NY.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four optional years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7,500,000 annually. Submissions are due by January 19, 2026, at 2:00 PM Eastern, and should be directed to Kevin Slone at kslone@bop.gov.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    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.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a construction contract focused on the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project entails providing a temporary Surge/Deaerator System to ensure continuous steam service, including the removal of an existing tank and installation of a new two-tank system with necessary piping, controls, and labor. This initiative is critical for maintaining operational efficiency and compliance with federal regulations in a correctional facility. Interested small businesses must submit their electronic bids by December 12, 2025, at 12:30 PM EST, and are encouraged to attend a pre-bid site visit on November 12, 2025. For further inquiries, contact Kevin Slone at kslone@bop.gov or 202-578-8617.
    JOTFOC for the Midland USCH Elevator Upgrade Project
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the Midland USCH Elevator Upgrade Project, which involves the repair or alteration of office buildings. This opportunity is being issued as a Justification for Other Than Full and Open Competition, indicating that the procurement may not be open to all potential bidders due to specific circumstances outlined in the attached justification document. The project is critical for maintaining the functionality and safety of the elevator systems within the Midland facility, ensuring compliance with operational standards. Interested parties can reach out to Temica Stewart at temica.stewart@gsa.gov or by phone at 817-201-7945 for further details regarding the procurement process.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.