Sandstone Electrical Work
ID: SV0191-26Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCSandstone, MN, 55072, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Department of Justice, through Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses for electrical work at the Sandstone Print Factory in Minnesota. The project involves supplying and installing electrical components, including wiring, conduit, disconnects, and circuit breakers, to support a Heidelberg SM106-6-P+L printing press, requiring 480-volt, 200-amp power for the drive motor and 150-amp for the dryer unit. This contract is critical for ensuring the operational efficiency of the printing facility and adheres to strict safety and security regulations, including NCIC background checks for contractors. Interested vendors must submit their offers by November 14, 2025, at 2 PM EST, and can direct inquiries to Wesley Newell at wesley.newell2@usdoj.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Quote (RFQ) SV0191-26, issued by Unicor, seeks proposals for electrical work at the Sandstone Print Factory. This 100% small business set-aside contract requires vendors to supply and install electrical components for Heidelberg printing presses, specifically 480-volt, 200-amp for the drive motor and 150-amp for the dryer unit. A mandatory pre-award site visit is scheduled for November 7, 2025, at 9 AM local time. Offers, due by November 14, 2025, at 2 PM EST, will be evaluated based on past performance, price, lead time, safety, and technical approach. Contractors must adhere to correctional facility security requirements and undergo NCIC checks. Submissions should be emailed to wesley.newell2@usdoj.gov and include specific offeror information and SAM registration details.
    Federal Prison Industries (UNICOR) seeks a private sector company to supply and install electrical wire, conduit, disconnects, circuit breakers, and associated hardware for a Heidelberg SM106-6-P+L printing press at their Sandstone, Minnesota facility. The objective is to provide 480-volt 200-amp power for the drive motor and 480-volt 150-amp for the dryer unit from an existing 480-volt 600-amp panel, with circuit distances of approximately 125 ft and 155 ft. The scope includes all materials, manpower, tools, equipment, and debris cleanup. The contract, managed by COR Chad DeRungs, has an estimated performance period of 45 days. Work hours are 7:30 AM to 3:00 PM CST, Monday through Friday, excluding federal holidays. Contractors must be U.S. citizens, pass NCIC background checks for facility access, and adhere to strict safety regulations, including OSHA, NEC, and FAR Clause 52.236-13. A site visit requires a 10-day clearance for NCIC evaluations. Award will be based on best value, considering past performance, price, lead time, safety, and technical approach.
    The U.S. Department of Justice Federal Bureau of Prisons Form BP-A660.012, issued in March 1999, outlines the 'Authorization for Release of Information' for a National Crime Information Center (NCIC) check. This form is mandatory for individuals seeking to enter or serve at a Bureau facility, including volunteers and contractors. It authorizes the Federal Bureau of Prisons to obtain criminal history background information. Refusal to provide the necessary details may lead to denial of entry or volunteer/contract status. The form collects personal information such as name, address, contact details, aliases, citizenship, date and place of birth, social security number, sex, race, height, weight, eye color, and hair color. A Privacy Act Notice details the authority for collecting this information, its purposes (fitness for federal employment, contractual service clearance, security clearance), and the effects of non-disclosure, which include potential termination of employment or denial of clearance. This document is a critical component for security and vetting within federal facilities.
    This document outlines electrical modifications needed for a Heidelberg press and dryer unit, specifically detailing the installation of disconnects and conduit runs. The existing setup lacks disconnects for the Heidelberg equipment, necessitating two new disconnects—one for the dryer and one for the press. Two separate conduit lines must be run from an existing 480-panel (Square D brand) to these new disconnects, and then to their respective units. The conduit path involves routing from an existing box on top of the panel, through a concrete block wall, along the 14-foot-high ceiling, and a 90-degree turn to the disconnects. The document emphasizes the need for two wires and two disconnects, and mentions that pictures of the equipment power boxes and internal hook-ups are available.
    This document, General Decision Number MN20250084, outlines prevailing wage rates and labor regulations for building construction projects in Pine County, Minnesota, excluding single-family homes and apartments up to four stories. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into after specific dates, emphasizing that these rates are subject to annual adjustments. The document provides a comprehensive list of wage and fringe benefit rates for various labor classifications, including electricians, carpenters, and power equipment operators. It also addresses paid sick leave for federal contractors under Executive Order 13706 and outlines the appeals process for wage determinations, including contacts for the Branch of Wage Surveys and the Branch of Construction Wage Determinations within the U.S. Department of Labor.
    Lifecycle
    Title
    Type
    Sandstone Electrical Work
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Replace Switch Gears FCI Herlong
    Buyer not available
    The Federal Bureau of Prisons is seeking proposals for the replacement of switch gears at the Federal Correctional Institution in Herlong, California, under solicitation number 15B61926Q00000005. The project involves the acquisition and installation of two medium voltage air switches, requiring the contractor to provide all necessary equipment, labor, materials, and incidentals, while ensuring that only one switchgear is non-operational at any given time without prior authorization. This procurement is a Total Small Business Set-Aside, with offers due by December 15, 2025, at 2:00 p.m. Pacific Time, and all bids must be submitted via email to Trevor Polan at tpolan@bop.gov. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the SAM website for updates and further information regarding the solicitation.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Memphis, is seeking contractors to provide supplies, materials, and labor for the installation of a transformer for an inmate housing unit. This transformer is critical for supplying electrical power to the housing unit, ensuring the safety of the institution and preventing potential serious injuries or liabilities to the government. The procurement is categorized under the maintenance of penal facilities, highlighting its importance in maintaining operational safety and efficiency. Interested parties can reach out to Christine Lindon at clindon@bop.gov or by phone at 859-255-6812 for further details regarding this urgent and compelling requirement.
    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 Marion - Replace High Mast Light #4
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    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.
    ELECTRICAL TRANSFORMER
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at USP Terre Haute, is seeking to procure a new electrical transformer. The requirement includes providing a 400kva or better dry-type transformer with 4160v inputs and 208v outputs, along with disconnecting and replacing the existing wiring in accordance with the National Electrical Code (NEC). This procurement is critical for maintaining the electrical infrastructure necessary for the facility's operations. Interested vendors can reach out to Scott Ballinger at sballinger@bop.gov or by phone at 812-244-4475, or Michael Gibson at mpgibson@bop.gov or 812-244-4473 for further details.
    Government Publishing Office FY26 Equipment Inspection
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of electrical equipment, including the Main 125V DC Station Board, Preferred AC Panels, and Emergency Lighting Panels, with specific requirements for extending feeder wires and modifying concrete bases to accommodate new equipment. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by December 19, 2025. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must register on SAM.gov to access solicitation documents.
    Upgrade Fire Detection System at FCI Phoenix
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features such as manual pull stations, automatic detectors, and connections to existing mechanical and fire suppression systems. This upgrade is crucial for enhancing safety protocols within the facility, ensuring compliance with federal regulations, and safeguarding personnel and inmates. Interested contractors must be registered as small businesses in SAM.gov under NAICS code 238210, with bids due by December 16, 2025, at 11:00 A.M. MST. For further inquiries, contact Alex Jackson at a4jackson@bop.gov or 202-578-9940.