Production Lumber
ID: FN1558-25Type: Solicitation
Overview

Buyer

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

NAICS

Sawmills (321113)

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)

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 proposals for an indefinite delivery, indefinite quantity (IDIQ) contract to supply approximately 500,000 board feet of various types of lumber, primarily for the production of office furniture. This solicitation emphasizes a commitment to small business participation and requires offerors to demonstrate prior experience with similar contracts, submit pricing for all specified items, and provide samples for quality evaluation. The contract will span a base year with four optional renewal years, with deliveries to be made to UNICOR's facility in Forrest City, Arkansas. Interested vendors must ensure compliance with registration processes, including enrollment in the System for Award Management (SAM), and submit their proposals by March 12, 2025. For further inquiries, potential bidders can contact Linda K. Kerr at Linda.Kerr@usdoj.gov or Barbara McMaster at Barbara.McMaster@usdoj.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the ACH Vendor/Miscellaneous Payment Enrollment process for UNICOR, Federal Prison Industries, Inc. It includes necessary company information such as contact details, financial institution particulars, and compliance checks related to Small Business designations and government registrations. A crucial requirement is enrollment in the System for Award Management (SAM), a mandatory federal requirement, ensuring vendors are updated annually. The preference for shipping terms is noted as FOB Destination, which facilitates accurate and timely payments. This document serves as a foundational piece for businesses seeking to engage with federal contracts, emphasizing the importance of compliance with registration and payment processes within government contracting frameworks. The structure comprises sections for company identification, financial details, and compliance confirmations, creating a comprehensive overview for prospective vendors.
    This government solicitation outlines a Request for Proposal (RFP) for an indefinite delivery, indefinite quantity (IDIQ) contract to supply various types of lumber for UNICOR, specifically for use in producing office furniture. The solicitation includes a base year followed by four optional years, aiming to procure approximately 500,000 board feet of specified lumber types, with deliveries to UNICOR's facility in Forrest City, Arkansas. Offerors are required to submit proposals that include pricing for all specified items, complete a Business Management Questionnaire, and demonstrate prior experience with similar contracts. Key points include a commitment to small business participation, a requirement for samples to evaluate quality, and adherence to sustainability standards, including green certifications. The solicitation also emphasizes compliance with regulations concerning the identification and specification of materials, delivery lead times, and the necessity for a Certificate of Conformance for shipments. Questions regarding the solicitation must be submitted in writing before the deadline, with all proposals due by March 12, 2025. This document reflects the government's aim to streamline the procurement of high-quality lumber products while supporting small businesses in the industry.
    Lifecycle
    Title
    Type
    Production Lumber
    Currently viewing
    Solicitation
    Similar Opportunities
    Hard Wood Lumber
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of hardwood lumber intended for pallets at the McAlester Army Ammunition Plant in Oklahoma. The solicitation outlines the need for various contract line items (CLINs) that specify the quantity, type, and quality of lumber, with strict adherence to technical specifications and a mandatory Certificate of Conformance upon delivery. This procurement is crucial for maintaining operational readiness and ensuring quality standards in military logistics. Interested small businesses must submit their proposals by February 25, 2025, at 3:00 PM, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    LASER CUTTING MACHINE
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc., is soliciting proposals for a laser cutting machine, with a focus on encouraging bids from small businesses, particularly those that are women-owned. The procurement aims to enhance manufacturing capabilities within federal prison industries, aligning with broader federal objectives to support economic growth in underrepresented sectors. Interested vendors must submit their proposals by February 25, 2025, at 2:00 PM, and can direct inquiries to Barbara McMaster at Barbara.McMaster@usdoj.gov or Brent Ponder at Brent.Ponder@usdoj.gov. The contract is set aside for small businesses under FAR 19.5, and the total award amount is designated for government use only.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
    Forest Inventory and Timber Marking Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is soliciting proposals for Forest Inventory and Timber Marking Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure support activities for forestry, which are crucial for effective natural resource management and conservation efforts. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting opportunities. Interested parties should reach out to Angelina PinaHardin at angelina.l.pinahardin@usace.army.mil or call 817-886-1028 for further details.
    FCI BIG SPRING 3QTR FY25 MEAT
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution in Big Spring, Texas, is seeking quotes for the procurement of meat products for the third quarter of fiscal year 2025. The solicitation includes a firm-fixed-price contract for various meat items, specifically requiring 1,000 pounds of frozen, boneless, skinless chicken that meets USDA standards, along with beef, fish, and pork, all to be delivered FOB Destination. This procurement is crucial for maintaining quality food supplies within federal correctional facilities, ensuring compliance with health and safety standards. Interested small businesses must submit their typed quotations electronically by March 3, 2025, at 2:00 PM CST, and can direct inquiries to Renea Stallings at rstallings@bop.gov or Cornelius Daniel at c2daniel@bop.gov.
    FY25 3rd QTR SUBSISTENCE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institution in Loretto, Pennsylvania, is soliciting proposals for the procurement of subsistence food supplies for the third quarter of FY25. This solicitation, designated as RFP 15B20825Q00000002, seeks a variety of food items, including beans, rice, pasta, canned goods, cereals, and meats, all adhering to U.S. Grade standards, with a focus on supporting small businesses, including those that are Hubzone, service-disabled veteran-owned, and women-owned. The contract performance period is set from April 1, 2025, to June 30, 2025, and all quotes must be submitted by February 28, 2025, at 4:00 PM EST, with strict adherence to federal regulations regarding compliance and delivery timelines. Interested vendors should contact Joseph Woodley at jwoodley@bop.gov for inquiries and ensure they are registered in the System for Award Management (SAM) with a DUNS number to be eligible for consideration.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Buyer not available
    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.
    3rd Quarter FY25 Bread Requirement
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution in Bennettsville, South Carolina, is seeking proposals for the procurement of various types of bread for the third quarter of fiscal year 2025. This solicitation is specifically aimed at small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned firms, and outlines the requirements for product specifications, delivery terms, and compliance with federal regulations. The timely provision of quality bread is essential for the nutritional needs of the institution, ensuring adherence to standards of accountability in government contracting. Interested offerors must submit their quotes by February 27, 2025, at 4:00 p.m. EST, and can direct inquiries to Eric Clyburn at eclyburn@bop.gov or by phone at 843-454-8225.
    FCI EL RENO FY 25 3RD QTR BREAD
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified small businesses to supply various types of bread products for the Federal Correctional Institution in El Reno, Oklahoma, during the third quarter of Fiscal Year 2025. The procurement includes fresh whole wheat bread loaves, hamburger buns, and hot dog buns, with specific delivery requirements and compliance standards outlined in the solicitation. This initiative is crucial for meeting the nutritional needs of the institution, reflecting the federal government's commitment to providing healthy food options. Interested vendors must submit their proposals by February 24, 2025, at 4:00 PM CST, and are required to have active registration in the SAM.gov database; for further inquiries, they can contact Nate Long at n2long@bop.gov or 405-319-7490.
    FN1585-25 Engineer Services
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc. (UNICOR), is seeking qualified contractors to provide engineering services for the Federal Correctional Institution in Coleman, Florida, under solicitation number FN1585-25. The primary objective is to evaluate the dust collection system to ensure compliance with NFPA standards, which includes assessing current systems, drafting a report with findings, and recommending necessary repairs. This procurement is crucial for maintaining safety and regulatory standards within federal facilities, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their proposals by March 24, 2025, and are required to complete an NCIC background check form to attend mandatory site visits scheduled for January 28 and February 24, 2025. For further inquiries, contractors may contact Clarice Bailey at Clarice.Bailey@usdoj.gov or Linda Kerr at linda.kerr@usdoj.gov.