***12-17-2025 edit corrected the line items by deleting those previously there and adding new ones.***
Unicor, SV0195-26, 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: 12/8/2025
Questions Due: 12/19/2025
Quotes Due: 1/2/2026
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 a 100% set-aside for small business.
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, 1/2/2026.
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. SV0195-26, 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.