Unicor, SV0176-25, MNA1
+++++++++++++++++
On 4/24/2025, edited to include:
- There is no maximum age on the trailers.
- Evaluation Factors: Price will be a major factor when determining the best value to the government.
+++++++++++++++++
53 Foot Dry Trailers (used)
SOLICITATION: Issued as Request for Quote (RFQ) for a Firm-Fixed-Price, Definite Delivery-Definite Quantity type contract.
Requirement: Five (5) trailers, delivered to:
FCI Marianna / Unicor Recycling
3625 FCI Road
Marianna, FL 32446
SALIENT CHARACTERISTICS: Used, 53’ Dry Trailers with:
- Solid floor capable of supporting forklift loading
- Rollup doors preferred, swing doors acceptable; quote both if available
- Completely dry; no leaks
- Completely roadworthy (tire tread, functioning brakes, lockable doors, etc…)
- Quote shipping as a standalone line-item
Questions for this solicitation will be 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 and Part 13 – Simplified Acquisition Procedures. 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.
Price will be a major factor when determining the best value to the 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.
PERIOD OF PERFORMANCE: UNICOR’s desired delivery is 30 calendar days or sooner from receipt of purchase order issued. Vendors are required to provide their best manufacturing/delivery time for evaluation. Delivery schedule will be established at time of award.
OFFERS: Signed and dated offers are submitted by email to: wesley.newell2@usdoj.gov
The date and time for receipt of quotes is:
Friday, May 2, 2025, at 2:00 p.m. EASTERN STANDARD TIME (EST).
Do not send offers via U.S. mail. OMB Clearance 1103-0018. Offer must indicate Solicitation No. SV0176-25, time specified for receipt of offer, name, address and Page 2 of 37, 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 & FAX NUMBER: _____________________________
VENDOR EMAIL ADDRESS: ________________________________________
VENDOR BUSINESS SIZE FOR NAICS CODE 811310: 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.