Skip to content
Department of Justice

R2 Auditor

Solicitation: SV0198-26
Notice ID: 8e9459cad6174ea59af20df5c1a7b2f2

Combined Synopsis Solicitation from FEDERAL PRISON INDUSTRIES, INC • JUSTICE, DEPARTMENT OF. Place of performance: DC. Response deadline: Jan 16, 2026. Industry: NAICS 541620 • PSC F110.

Market snapshot

Awarded-market signal for NAICS 541620 (last 12 months), benchmarked to sector 54.

12-month awarded value
$9,738,222
Sector total $5,796,389,248,219 • Share 0.0%
Live
Median
$195,650
P10–P90
$25,050$1,943,725
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($9,738,222)
Deal sizing
$195,650 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 DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20534 USA

Point of Contact

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

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON INDUSTRIES, INC
Subagency
FEDERAL PRISON INDUSTRIES, INC
Office
Not available
Contracting Office Address
Washington, DC
20534 USA

More in NAICS 541620

Description

***1/7/2026 Edit: Attached docuement tittled: SV198-26 R2 Auditor Appendices***

Unicor, SV0198-26, R2 Auditor

PROJECT LOCATION IS AS FOLLOWS:

Unicor's Electronics Recycling Business Group Factories located in: Atwater, CA; Marianna, FL; Schuylkill, PA; Texarkana, TX; Allenwood, PA; Leavenworth, KS; and Terminal Island, CA.

SAM.gov posting:     12/30/2025

Questions Due:        1/9/2025

Quotes Due:               1/16/2026

SOLICITATION:

Solicitation is issued as a 1 year with 2 option years, fixed price requirements type contract.

Base year plus 2 option years. Base year is calendar year 2026. Option Year 1 is calendar year 2027. Option Year 2 is calendar year 2028.

SET ASIDE:

This is an unrestricted solicitation. This is NOT a small business set-aside.

REQUIREMENT:

Unicor is seeking a contract for third party professional auditing and certifying services for six management systems plus one campus site for Unicor's Electronics Recycling Business Group Factories located in: Atwater, CA; Marianna, FL; Schuylkill, PA; Texarkana, TX; Allenwood, PA; Leavenworth, KS; and Terminal Island, CA.

-RIOS

-Responsible Recycling, R2V3

SALIENT CHARACTERISTICS / ORDER OF EVENTS and EXPECTED SERVICES:

See the Performance Work Statement (PWS) for details of work to be performed.

If a vendor finds that other services should be completed in addition, please let us know and quote it with the recommended work.

QUESTIONS:

Questions will be submitted before the deadline and addressed in writing to wesley.newell2@usdoj.gov.

AWARD METHODOLOGY:

This acquisition will be procured in accordance with FAR Part 12 – Acquisition of Commercial Items. The Government intends to evaluate quotes and award a contract that is the best overall value to the government, in accordance with FAR 52.212-1(g). The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility.

Evaluation Criteria will include the following:

1. Firm qualifications and experience for each management system.

2. Qualifications and experience of auditors proposed for the contract.

3. Costs

4. ANAB accreditation status for each management system. Current accreditation for each management system is a requirement.

5. Ability to meet UNICOR's schedule needs for the existing facilities.

6. Post-audit processes and schedule that the contractor will use. Also, processes that would be used to address any objections or disputes by UNICOR on audit findings.

7. Compliance with contracting requirements of UNICOR and the Federal Government.

CONTRACTOR’S RESPONSIBILITY:

It is the responsibility of the Contractor to follow any Special Security Requirements of the correctional facility where the work is performed in the performance of the contract and to consider the effects of those security requirements in the pricing of the proposal. Contractor will be subject to NCIC check to enter federal property for delivery unless a commercial shipping service is used. 

OFFERS:

Signed and dated offers shall be on the SF1449 and are due by 2pm EST, 1/16/2026.

They are submitted by email to wesley.newell2@usdoj.gov.

Do not send offers via U.S. mail. OMB Clearance 1103-0018. Offer must indicate Solicitation No. SV0198-26, time specified for receipt of offer, name, address, 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 IDENTIFIER (UEI): _______________________________________

VENDOR POINT OF CONTACT: _____________________________________

VENDOR TELEPHONE: _____________________________

VENDOR EMAIL ADDRESS: ________________________________________

VENDOR BUSINESS SIZE FOR NAICS CODE 541620: Small Business (Y or N): _____________

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 quote, during performance and through final payment of any contract resulting from this solicitation.

The Contracting Officer is Wesley Newell at wesley.newell2@usdoj.gov.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Jan 07, 2026
Executive summary

Unicor is seeking qualified vendors to provide third-party professional auditing and certification services for their Electronics Recycling Business Group located across multiple states. The project involves auditing six management systems and aligns with standard accreditation processes. The contract is a fixed-price type for one base year with two optional years, emphasizing the importance of experience and compliance with federal requirements.

What the buyer is trying to do

Unicor aims to ensure that its Electronics Recycling Business adheres to industry standards through rigorous auditing and certification processes, ensuring compliance and quality in operations across various facilities.

Work breakdown
  • Review the Performance Work Statement (PWS).
  • Conduct audits for six specified management systems.
  • Ensure each audit is compliant with ANAB accreditation standards.
  • Provide a post-audit process for addressing findings and disputes.
  • Develop a pricing strategy that considers security requirements of correctional facilities.
Response package checklist
  • Signed SF1449 form.
  • Technical description of services offered.
  • Bellew evidence of ANAB accreditation.
  • Firm qualifications and experience documentation.
  • Cost proposal with detailed pricing.
  • Post-audit process description.
Suggested keywords
UnicorR2 Auditorthird-party auditingcertification servicesANAB accreditationfederal contractingelectronics recycling
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details on specific deadlines for proposal submissions beyond January 16, 2026.
  • Clarification on how potential disputes will be handled post-audit.
  • Information on the anticipated volume of audits required for each management system.

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.