Aluminum for Signs
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
UNICOR, Federal Prison Industries, Inc., is seeking proposals for a two-year Firm Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Aluminum for Signs, specifically for the production of Digital License Plates. This opportunity is a 100% Total Small Business Set-Aside. The contract includes an Economic Price Adjustment clause. Proposals are due April 17, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for various aluminum blanks, including SBL0127A, SBL0133, and SBL0128, with estimated quantities of 50,000, 20,000, and 1,000 each, respectively. These items are detailed in Section B of the solicitation. Key material specifications for the Digital License Plate aluminum include:
- Alloy: Temper 7069-H111
- Dimensions: .024" (+/- .002") thickness, 12" (+ 1/32" / -0) width
- Strength: Ultimate strength 17,000 to 23,000 ksi, minimum yield strength 12,000 ksi
- Embossing: Must withstand embossing at 3/32" height without damage
- Surface Coating: Light, tightly adherent, chrome-free conversion coating per Betz Dearborn Permatreat 1021B. Delivery is F.O.B. Destination to UNICOR in Cumberland, MD. Desired delivery is 21 calendar days or sooner from receipt of each delivery order. Packaging must comply with ASTM D-3951-95.
Contract Details
- Contract Type: Two-year Firm Fixed-Price IDIQ with Economic Price Adjustment (based on PCU331315331315 Aluminum Sheet, Plate, and Foil Manufacturing index).
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 331315, size standard 1,400 employees).
- Guaranteed Minimum: 40,000 FT.
- Delivery Order Limits: Minimum 4,000 ft or $10,520; Maximum 10,000 ft or $26,300.
- Price Reduction Clause: Contractors must report and offer FPI any price reductions extended to their most favored commercial customers.
Submission & Evaluation
- Questions Deadline: April 3, 2026, 8:00 AM EST. Questions must be submitted in writing via email.
- Proposal Deadline: April 17, 2026, 2:00 PM EST. Offers must be signed, dated, and emailed to Wesley.Newell2@usdoj.gov.
- Offer Requirements: Include Solicitation No. SV0206-26, offeror details, technical description, price, and acknowledgment of amendments.
- Evaluation Factors: Technical specifications, price, past performance, and delivery time. Technical and past performance are considered more important than price. Delivery time will be evaluated as a go/no-go factor.
- Eligibility: Offerors must be registered in the System for Award Management (SAM.gov) prior to proposal submission and throughout contract performance.
Contact Information
The Administrative Contracting Officer is Wesley Newell (Wesley.Newell2@usdoj.gov). The Contracting Officer's Representative (COR) is Michael Southern.