Skip to content
Department of Justice

Aluminum

Solicitation: SV201-26
Notice ID: 432cce2e427b45809c8b0bc7132fb659

Combined Synopsis Solicitation from FEDERAL PRISON INDUSTRIES, INC • JUSTICE, DEPARTMENT OF. Place of performance: MD. Response deadline: Mar 06, 2026. Industry: NAICS 331315 • PSC 9515.

Market snapshot

Awarded-market signal for NAICS 331315 (last 12 months), benchmarked to sector 33.

12-month awarded value
$192,706
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$96,353
P10–P90
$56,137$136,569
Volatility
Volatile83%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($192,706)
Deal sizing
$96,353 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Maryland • 21502 United States
State: MD
Contracting office
Cumberland, MD • 21502 USA

Point of Contact

Name
Wesley Newell
Email
wesley.newell2@usdoj.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON INDUSTRIES, INC
Subagency
UNITED STATES DEPARTMENT OF JUSTICE, DBA FEDERAL PRISON INDUSTRIES
Office
Not available
Contracting Office Address
Cumberland, MD
21502 USA

More in NAICS 331315

Description

SV201-26 DLP Aluminum

TERMS OF DELIVERY ARE F.O.B. DESTINATION TO:

UNICOR, Federal Prison Industries, Inc.

14601 BURBRIDGE ROAD SE

CUMBERLAND, MD 21502

Solicitation is issued as a two (2) year firm fixed price indefinite delivery-indefinite quantity type contract with Economic Price Adjustment for PCU331315331315 Aluminum Sheet, Plate, and Foil Manufacturing.

Offerors who do not agree with the Producer Price Index listed above are required to submit the price index that they believe is correct to the contracting officer at least five (5) calendar days prior to the due date for offers.  The index submitted will be evaluated, and changed by amendment to the solicitation if necessary. 

PPI #____________________________________________

SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS.

QUESTIONS PERTAINING TO THIS SOLICITATION WILL ONLY BE ADDRESSED IN WRITING VIA EMAIL TO: Wesley.newell2@usdoj.gov.

For a list, description and total estimated quantities of all items, refer to Section B. 

UNICOR’s desired delivery is 21 calendar days or sooner from receipt of each delivery order issued. Vendors are required to provide their best manufacturing/delivery time for evaluation which will be evaluated under technical factors as a go/no go. Delivery schedule will be established at time of award.  Delivery orders will be issued in accordance with 52.216-19.

 Vendors shall submit signed and dated offers by email to: Wesley.Newell2@usdoj.gov

OMB Clearance 1103-0018.

SAM.gov Solicitation Posting: 2/19/2026

Questions Deadline: 2/27/2026 8AM EST

Proposal Deadline: 3/6/2026 2PM EST

Offer must indicate Solicitation No. SV201-26, time specified for receipt of offer, name, address and telephone number of Offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include acknowledgment of all amendments, if any.

THE FOLLOWING INFORMATION IS REQUIRED TO BE COMPLETED BY THE OFFEROR:

SAM UNIQUE ENTITY NUMBER:_______________________________________

VENDOR'S POINT OF CONTACT: _____________________________________

VENDOR'S TELEPHONE NUMBER: _____________________________

VENDOR'S EMAIL ADDRESS: ________________________________________

VENDOR'S BUSINESS SIZE (i.e. SMALL, LARGE, ETC.): __________________

By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database (System Award Management) prior to submitting a proposal, during performance and through final payment of any contract resulting from this solicitation.

_______________________________________________  Signature

The Administrative Contracting officer is Wesley Newell at Wesley.Newell2@usdoj.gov.

SECTION B:

Unicor is looking to create a contract for the following items:

  1. Unicor Material SHA6016                 Qty: 86,223 FT

ALU,ROLL,12"X6800'X.022",ALLOY-3105-H-18

Aluminum is required to be conversion coated.

Surface finish: Treated with a light, tightly adherent, chrome free conversion coating applied in conformance with specifications outlined in ASTM Designation B-921-02, Class 2 or as revised.  The surface shall be free of any powdery residue, oil or other foreign material, which may

affect the adhesion of the reflective sheeting.

Surface finish coating weight: 10 to 35 mg/ft2 with a median of 25 mg/ft2 as the optimum.

Coil inside diameter: minimum 16 inches, maximum 20 inches.

Coil outside diameter: maximum 48 inches.

Coil weight: maximum 2500 pounds.

Packaging requirements: no special packaging requirements.  Coils can be laid flat on a pallet, 2 coils per pallet maximum.

PART I:  INFORMATION

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is SV201-26 and this solicitation is issued as a Request For Quote (RFQ). The North American Industry Classification System code is 331315 Aluminum Sheet, Plate and Foil Manufacturing (small business size 1,400).  This requirement is 100% set-aside for small business; small business size standard for this solicitation is 1,400 employees. UNICOR, Federal Prison Industries, Inc., intends to enter into a two (2)-year, firm-fixed-price, indefinite delivery-indefinite quantity contract for the following commercial item(s):

SEE SECTION B FOR LIST OF ITEMS/0001  GUARANTEED MINIMUM QUANTITY IS 30,000 FT. NOT-TO-EXCEED QUANTITY FOR THE LIFE OF CONTRACT IS 86,233 FT.

A Single Award or a Multiple Award may be made.

Any contract resulting from this solicitation will not be an obligation.  Funds will be obligated by delivery orders.

NOTICE TO GOVERNMENT WHEN CONTRACTOR(S) DELAYS:

In the event the contractor(s) encounter difficulty in meeting performance requirements, or when there is an anticipated difficulty in complying with the delivery terms or completion dates, or whenever the contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely delivery/performance of this contract, the contractor must immediately notify the Field Administrative Contracting Officers at UNICOR Cumberland or in writing, giving pertinent details. This information will not be construed as a waiver by the Government of the required delivery schedule, or the Governments rights to impose consideration against delinquencies or other remedies provided by this contract.

Contractor agrees that FPI is in the category of the most favored or best commercial customer category of the Contractor and as such, the Contractor will:

During the contract period, the Contractor shall report to the Contracting Officer all price reductions offered to the category of customers that are considered by the Contractor to be their most favored or best commercial customer.

 1.   A price reduction shall apply to purchases under this contract if, after the award date, the Contractor-

            i)  Revises downward its commercial catalog, price list, schedule, etc., to its best commercial customers (or category of customers) below the awarded price under this contract;

            ii) Grants more favorable discounts or terms and conditions to its best commercial customers than those contained in this contract that would result in prices below the awarded price under this contract, an/or

            iii) Grants special discounts to its best commercial customer (or category of

customers) that would result in prices lower than the awarded price under this contract.

      2.   The Contractor shall offer the price reduction to FPI with the same effective date, and for the same time period, as extended to the commercial customer (or category of customers).

The Contractor may offer the Contracting Officer a voluntary price reduction at any time during the contract period.

The Contractor shall notify the Contracting Officer of any price reduction subject to this clause as soon as possible, but not later than 15 calendar days after its effective date.

Future requirements for these or similar items from this or other UNICOR factories may be added to the resulting contract if considered to fall within the scope of work and the price is determined to be fair and reasonable.

Packaging shall comply with the specifications of ASTM D-3951-95, standard practice for commercial packages.

INVOICES ARE TO BE EMAILED TO:

Accounts.payable@usdoj.gov

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.