Envelopes and a Label
ID: SV0169-25Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCHopewell, VA, 23860, USA

NAICS

Stationery Product Manufacturing (322230)

PSC

PAPER AND PAPERBOARD (9310)

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 a three-year, firm-fixed-price, indefinite delivery-indefinite quantity contract for the supply of various envelopes and labels. The procurement is exclusively set aside for small businesses and requires vendors to deliver envelopes manufactured to specific sizes and specifications to designated locations in Petersburg, Virginia, and Sandstone, Minnesota, with a guaranteed minimum order quantity of 1,000 each and a not-to-exceed quantity of 1,000,000 for the contract's duration. This contract is vital for maintaining operational efficiency within federal facilities, emphasizing timely delivery and compliance with quality standards, including the use of sustainable materials. Interested vendors must submit their offers by February 7, 2025, and direct any inquiries to Wesley Newell at wesley.newell2@usdoj.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines federal RFP SV0169-25 for envelopes and labels, detailing a current contract with an original award amount of $1,237,597.90. It includes a breakdown of line-item pricing for various envelope and label types, specifying item numbers, total quantities, and pricing details. The majority of products are sourced from Sandstone, MN, with additional items listed for Petersburg, VA. The contract features a total quantity of 20,000,000 envelopes and labels, distributed across 28 line items with varying unit prices. Key items include large quantities such as ENV0006 (14 million units at $0.01705 each) and ENV0039 (15 million units at $0.01925 each). The document is structured to provide a clear view of procurement spending on envelopes and labels, illustrating the government's purchasing approach and cost management strategies for bulk supplies to support various operational needs. This summary highlights the significance of effective supply chain management within government contracts, focusing on cost efficiency and service readiness through detailed procurement processes.
    The document outlines a business management questionnaire for offerors submitting proposals in response to a solicitation by UNICOR, Federal Prison Industries, Inc. (Solicitation Number: SV0169-25). It requires offerors to provide detailed information about their recent and relevant contracts, showcasing their capabilities to perform the proposed services or products. The form includes sections for the contractor's contact details, type and value of the contract, award date, subcontracting details, complexity of the service involved, and a description of the relevant work performed. The questionnaire emphasizes the importance of demonstrating experience and the capacity to meet contract requirements, serving as part of the federal RFP process aimed at ensuring qualified vendors can deliver the necessary services to federal, state, or local government entities. Overall, this document is integral for evaluating potential contractors’ qualifications and reliability within government contracting frameworks.
    The Unicor procurement file outlines requirements and specifications for the supply of envelopes and labels, focusing on quantities, dimensions, and logistical considerations. Key details include that labels are packaged at 1,000 per roll, with annual orders ranging from 200,000 to 400,000 labels in total over a three-year period. Envelopes are specified at a size of 9-3/4 x 12" with specific material requirements and packaging instructions. Locations for delivery are designated, with Petersburg, Virginia, and Sandstone, Minnesota specified for different product lines. Though vendors have discretion regarding on-hand stock, timely delivery is emphasized, alongside the importance of Certificates of Conformance accompanying shipments. Additionally, guidance on the submission of samples and compliance descriptions is provided. This document serves as a foundational reference in the context of federal RFPs, ensuring that providers understand and meet Unicor’s procurement expectations.
    The document outlines a Request for Proposals (RFP) for a three-year, firm-fixed-price, indefinite delivery-indefinite quantity contract for various envelope supplies to be delivered to the UNICOR, Federal Prison Industries, Inc. It specifies that the procurement is 100% set aside for small businesses and details the types, sizes, and specifications of the envelopes needed. Key deadlines include submission of offers by February 7, 2025, with a requirement for vendors to maintain adequate inventory, ensure timely delivery within 14 calendar days, and comply with provisions for sustainable materials (30% post-consumer products). Vendors must provide a certificate of conformance, and failure to comply with ordering and labeling may incur penalties. The document emphasizes the importance of effective communication, especially regarding delivery challenges, and indicates that all invoices should be sent to the designated UNICOR address. It includes clauses reflecting federal acquisition regulations, highlighting the contractor’s responsibility for adhering to regulatory compliance and ethical standards. This solicitation reflects the federal commitment to supporting small businesses while ensuring quality and timely delivery of essential products.
    Lifecycle
    Title
    Type
    Envelopes and a Label
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    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.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "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 option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    Meat/subsistence Items for USP Lee Qtr 2 FY26
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at USP Lee in Virginia, is soliciting bids for meat and subsistence items for the second quarter of fiscal year 2026. This procurement, which is set aside exclusively for small businesses under NAICS code 311999, encompasses a range of food items including various cuts of meat, dairy products, and staple foods, with delivery required by January 2, 2026. The solicitation is crucial for maintaining the dietary needs of the facility's population, ensuring quality and compliance with specified standards. Interested vendors must submit their offers by December 17, 2025, via email, and can direct inquiries to Jason Shuler at j1shuler@bop.gov or by phone at 276-546-0150.
    Bread Items for USP Lee Qtr 2 FY26
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at USP Lee, is soliciting bids for the provision of various bread items for the second quarter of fiscal year 2026. The procurement includes whole wheat bread loaves, hamburger buns, and hot dog buns, with specific quantities and delivery timelines set between January 1, 2026, and March 31, 2026. This opportunity is particularly significant as it is a total small business set-aside under NAICS code 311999, emphasizing the importance of supporting small enterprises in the food manufacturing sector. Interested vendors must submit their quotes by December 17, 2025, at 12:00 PM EST, via email, and are encouraged to review the solicitation details available on the SAM beta .GOV website, with an anticipated award date of December 29, 2025. For further inquiries, potential offerors can contact Jason Shuler at j1shuler@bop.gov or by phone at 276-546-0150.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    UNICOR Manchester Elastic Cord-CRD00117
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc., is seeking proposals for the procurement of 205,000 feet of TAN 499 elastic cord (UNICOR PART: CRD0117) as part of a combined synopsis/solicitation. The elastic cord must be made of nylon, Type II (lacing cord), with a diameter of 3/16", and must comply with the Berry Amendment, ensuring that all materials are 100% domestically produced in the United States. This procurement is critical for various applications within the prison industry, and interested vendors must submit a Berry Amendment letter of compliance along with their quotations. The deadline for responses is December 19, 2025, at 02:00 PM CST, and further inquiries can be directed to Harley Jacobson at harley.jacobson2@usdoj.gov or Adam McCammack at adam.mccammack2@usdoj.gov.
    FCI McDowell 2nd Qtr FY 26 BREAD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI McDowell, is seeking offers for the procurement of bread for the 2nd Quarter of Fiscal Year 2026. This opportunity is set aside exclusively for small businesses, with a focus on delivering various types of fresh bread, including hot dog rolls, hamburger rolls, and sandwich bread, all of which must be delivered within 48 hours of baking and have a 90-day shelf life from the delivery date. The procurement emphasizes the importance of past performance and delivery schedules in the evaluation process, with bids due by 9:00 A.M. EST on December 18, 2025. Interested vendors should submit their offers via mail, fax, or email, and can contact Joe Riffe at jriffe@bop.gov or 304-436-7386 for further inquiries.
    Commissary Resale, Religious, Recreational, and Specialty Items
    Justice, Department Of
    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.
    FY26 A1 FCI MILAN MEATS QTR 2
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Milan, is seeking quotations for various meat supplies for the second quarter of Fiscal Year 2026. This procurement is set aside for small businesses and requires delivery of the items within 30 days of the award, with strict adherence to quality specifications and federal regulations. The goods are essential for the institution's food service operations, ensuring compliance with health and safety standards. Interested vendors must submit their bids via email using the specified Excel format by December 8, 2025, at 12:00 PM EST, and are encouraged to contact Curtis Dennis or A. Weaver for further information.
    FY26 A1 FCI MILAN SUBSISTENCE QTR 2
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Milan, is seeking bids for the procurement of various food items for the second quarter of Fiscal Year 2026. This opportunity is set aside for small businesses and includes a firm-fixed price contract with delivery required by January 30, 2025. The goods will support the dietary needs of the institution, adhering to strict National Menu Specifications and federal regulations regarding food safety and quality. Interested vendors must submit their quotes by December 8, 2025, at 12:00 pm EST, using the specified Excel format, and are encouraged to contact Curtis Dennis or A. Weaver for further information.