RBG0001-26 RBG/ SBG Support
ID: RBG0001-26Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

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

    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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Quote (RFQ) from UNICOR, Federal Prison Industries, Inc., soliciting proposals for a contractor to provide technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will also assist with product evaluation, sourcing, revenue opportunities, production operations, corrective action plans, financial management, and inmate supervision and training within a correctional environment. Key requirements include a minimum of two years of experience in electronics recycling factory management, handling Demil products, implementing certifications, federal agency property management, supervising inmates, and establishing Environmental Management Systems. The solicitation is a 100% small business set-aside for a one-year firm fixed-price purchase order with a six-month option. Proposals are due by December 16, 2025, at 2:00 PM EST, and all items will be awarded to a single offeror. The document also details various FAR and DOJ clauses related to commercial products, contractor ethics, privacy, security, and records management.
    The Business Management Questionnaire (FPI9999.999-9) is a government document used to assess a prospective contractor's responsibility in accordance with Federal Acquisition Regulation Part 9. It requires firms to provide detailed information on their last five similar government or commercial contracts, including customer details, contract type, amount, status, and the percentage of facility and staff devoted to each. Additionally, the questionnaire asks for information on any contracts defaulted by the firm within the last 36 months, requiring details such as customer name, contract type, amount, and reason for default. Finally, firms must provide a bank reference, including the bank's name, address, point of contact, and telephone number.
    The "Security of Department Information and Systems DOJ-05 (OCT 2023)" document outlines mandatory security requirements for contractors and subcontractors, including cloud service providers, handling Department of Justice (DOJ) information. It defines key terms such as Authorization to Operate (ATO), Cloud Computing, Covered Contract, DOJ Information, Personally Identifiable Information (PII), Security Breach, and Security Incident. Contractors must comply with various federal regulations (FISMA, Privacy Act, E-Government Act) and NIST Special Publications, implement robust security measures like access controls, security awareness training, continuous monitoring, and incident handling capabilities. Strict rules govern the use of portable media, and all DOJ information must be returned or securely disposed of upon contract termination. Cloud computing systems require FedRAMP authorization or specific DOJ approval. Contractors are responsible for reporting security incidents immediately and for flowing down all security requirements to subcontractors. Non-compliance can lead to suspension of access or contract termination at no cost to the DOJ.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the State of Ohio Within the Counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity contract to provide Residential Reentry Center (RRC) and Home Confinement services for federal offenders in the Middle Judicial District of Louisiana. The contract will encompass a maximum of 22 RRC beds (18 designated for males and 4 for females) and 20 home confinement placements for both males and females, covering a one-year base period and four additional one-year option periods. These services are crucial for the rehabilitation and reintegration of offenders, ensuring effective programming and case management. Solicitation number 15BRRC26R00000003 will be available on or about January 3, 2026, on www.sam.gov, with an estimated closing date of March 4, 2026. Interested parties should monitor the website for updates, as hard copies and requests via telephone or writing will not be accepted. For further inquiries, contact Pamela Barcelona at pbarcelona@bop.gov or call 606-599-4138.
    UNICOR Yazoo City Buckles and Stiffener
    Buyer not available
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking suppliers for plastic components, specifically buckles and stiffeners, as outlined in the combined synopsis/solicitation (Notice ID: CT2378-26). The procurement requires compliance with the Berry Amendment, mandating that all synthetic components be 100% domestically produced, with foreign-manufactured items being unacceptable. These components are crucial for government use, particularly in the production of military and correctional facility gear. Interested vendors must submit their quotations by December 12, 2025, at 02:00 PM CST, and can contact Harley Jacobson at harley.jacobson2@usdoj.gov for further information.
    Commissary Resale, Religious, Recreational, and Specialty Items
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons (BOP), is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for the supply of commissary, religious, recreational, and specialty items. The procurement aims to secure a comprehensive range of approved resale items, including food, religious articles, health and hygiene products, clothing, arts and crafts, and general merchandise, with nationwide delivery to all BOP institutions within seven days. This initiative is crucial for meeting the diverse needs of the inmate population and ensuring compliance with BOP standards. Interested vendors must submit a capability statement by December 16, 2025, detailing their ability to meet the outlined requirements, including national distribution and customer service capabilities. For further inquiries, vendors can contact Brooke Wilson at bwilson1@bop.gov or call 202-305-6744.
    FCI THREE RIVERS - Q2 FY26 – SUBSISTENCE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for the procurement of subsistence supplies for the FCI Three Rivers facility in Texas. This opportunity is set aside for small businesses and aims to fulfill the food supply needs as outlined in the Combined Synopsis/Solicitation notice. The goods required fall under the NAICS code 311999, which pertains to all other miscellaneous food manufacturing, highlighting the importance of these supplies in maintaining the health and well-being of the incarcerated population. Interested vendors can reach out to Brandy Perez at b5Perez@bop.gov or by phone at 361-786-3576 ext 1146 for further details, with the solicitation available for review at the provided link.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Residential Reentry Center (RRC) services and Home Confinement services in the Middle Judicial District of Louisiana. The procurement includes a maximum of 22 in-house RRC beds (18 for males and 4 for females) and up to 20 home confinement placements for both genders, all to be provided for a one-year base period with four additional one-year option periods. These services are critical for the rehabilitation and management of federal offenders, ensuring they receive adequate programming and case management. The solicitation, numbered 15BRRC25R00000034, will be available on or about January 2, 2026, with an estimated closing date of March 3, 2026. Interested parties can contact Pamela Barcelona at pbarcelona@bop.gov or by phone at 606-599-4138 for further information.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    Annual Support and Maintenance
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc., is seeking proposals for the Annual Support and Maintenance of the Certify SAP Tier 3 system. This procurement aims to ensure the ongoing functionality and reliability of the SAP system, which is critical for operational efficiency within the federal prison system. The services required will include comprehensive support and maintenance to address any technical issues and ensure optimal performance. Interested vendors can reach out to Kimberly Schwinn at kimberly.schwinn2@usdoj.gov or call 202-305-3730 for further details regarding the opportunity.
    FCI THREE RIVERS - Q2 FY26 - MEAT
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for the procurement of meat products for the FCI Three Rivers facility in Texas, scheduled for the second quarter of fiscal year 2026. This opportunity is set aside for small businesses and falls under the NAICS code 311612, which pertains to meat processed from carcasses, indicating the need for high-quality meat supplies for institutional use. The procurement is crucial for maintaining the dietary needs of the facility's population, ensuring compliance with health and nutritional standards. Interested vendors can reach out to Brandy Perez at b5Perez@bop.gov or call 361-786-3576 for further details regarding the solicitation process.
    UNICOR Marion Request for Quote Various Connectors. See Attached
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc., is soliciting quotes for various electrical connectors and components required for cable assembly construction at its facility in Marion, Illinois. This procurement is set aside for small businesses, with the NAICS code 334417, focusing on electronic connector manufacturing. The selected vendor will be responsible for delivering the specified components within the timeline established in the awarded contract, with evaluations based on price, technical acceptability, delivery, and past performance. Interested parties should submit their quotes electronically to Gregory Lipe at gregory.lipe2@usdoj.gov by the specified deadline, ensuring compliance with all outlined requirements and regulations.