RFID Labels and Hangtags

SOL #: CT2384-26Combined Synopsis/Solicitation

Overview

Buyer

Justice
Federal Prison Industries, Inc
FEDERAL PRISON INDUSTRIES, INC
WASHINGTON, DC, 20534, United States

Place of Performance

Washington, DC

NAICS

Other Electronic Component Manufacturing (334419)

PSC

Miscellaneous Electrical And Electronic Components (5999)

Set Aside

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

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
Apr 3, 2026, 7:00 PM

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

The Department of Justice, Federal Prison Industries, Inc. (UNICOR), has issued a Combined Synopsis/Solicitation (RFP CT2384-26) for RFID Labels and Hangtags for various UNICOR factories. This opportunity is a Total Small Business Set-Aside. An amendment has extended the proposal due date to April 10, 2026, at 2:00 PM CST.

Scope of Work

The requirement is for RFID labels and hangtags. These items must be Berry Amendment compliant and domestic USA only, adhering to DFARS 252.225-7012. The Non-Manufacturer Rule applies. A Certificate of Conformance (COC) is required with each shipment, and the government reserves the right to request bid samples. The term "odyssey" in line item descriptions refers to a brand name or equal.

Contract Details

  • Contract Type: Indefinite Delivery-Indefinite Quantity (IDIQ) with Economic Price Adjustment.
  • Period of Performance: Base period plus four option years.
  • Estimated Value: Guaranteed minimum quantity of 1,000 ea. Estimated/not-to-exceed quantity for the life of the contract is 26,995,000 ea.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 334419 (Size Standard: 750 employees).
  • Product Service Code: 5999 (Miscellaneous Electrical And Electronic Components).
  • Place of Performance: Washington, DC, United States.

Submission & Evaluation

  • Proposal Due Date: April 10, 2026, by 2:00 PM CST.
  • Submission Method: Emailed proposals to harley.jacobson2@usdoj.gov. Offers must include Solicitation Number CT2384-26, offeror's details, technical description, warranty terms, price, and discount terms. Acknowledgment of all amendments is required.
  • Evaluation Criteria: Past performance and technical factors are significantly more important than price. Technical factors include adherence to Berry Amendment compliant material. Past performance factors include quality, on-time delivery, adherence to shipping instructions, customer service, and performance within the last three years.
  • Rated Order: This is a DO rated order (DOC9) requirement.

Key Attachments & Requirements

  • Amendment A0001: Extends the due date and posts questions/answers.
  • Business Management Questionnaire: Required for past performance assessment.
  • Credit Release Authorization: Grants DOJ permission to obtain credit reports for financial capability.
  • ACH Vendor Enrollment Form: For direct deposit payments with UNICOR.

Important Notes

Offerors must hold prices firm for 60 calendar days. All questions must be submitted in writing via email. Contractors must be registered in the System for Award Management (SAM).

People

Points of Contact

Harley JacobsonPRIMARY
Adam McCammackSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 3, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
RFID Labels and Hangtags | GovScope