**10/29/2025 Edit to clarify: Site Visit is on Friday, 11/7.**
**10/30/2025 Edit: 1. 3 phase power is required. 2. Minnesota Electrical license is required.**
**10/30/2025 Edit: Files did not load properly.**
**11/6/2025 Edit: New pictures and document called "SV0191-26 Additional details of the existing equipment and area.pdf" and the Wage Determination.**
**11/10/2025 Edit: Correct distances to 150 ft and 170 ft, and note code doesn't require, but Unicor wants disconnects on both machines.**
**11/13/2025 Edit: Extending Closing Date to next Friday, 11/21/2026, to allow time to answer some questions. Those answers will be posted here asap.**
**11/18/2025 Edit: Answers to questions:
1.During installation of the disconnects, the 480V service can be shut down fairly quickly if needed.
2. Unicor will remove the ceiling lights for the vendor to install the conduit.
3. Unicor can accomodate the use of a man lift. If a vendor dropped it off, Unicor can get it inside. Unicor will NOT provide a lift.
4. EMT conduit is acceptable.
Unicor, SV0191-26, SST1
Sandstone Electrical Work
DATES:
SAM.gov Posting: Wednesday, 10/22/2025
Site Visit Name Submission Deadline: Friday, 10/30/2025, 2pm EST
Site Visit: Friday, 11/7/2025, 9AM (Local Time)
Answers to Site Visit Questions posted to SAM.gov: Tuesday, 11/11/2025, 9am EST
Submissions Due/Close: Friday, 11/14, 2pm EST
SOLICITATION: Issued as Request for Quote (RFQ) for a Firm-Fixed-Price, Definite Delivery-Definite Quantity type contract.
SET ASIDE: This is a 100% set aside for small business.
REQUIREMENT: Vendor will supply and install appropriate electrical wire, conduit, disconnects, circuit breakers and all associated hardware to a Heidelberg SM106-6-P+L.
SALIENT CHARACTERISTICS / WORK DESCRIPTION: The required power for the Heidelberg is 480-volt, 3 phase, 200-amp for the drive motor and 480-volt, 3 phase, 150-amp for the dryer unit. On site is a 480-volt 600-amp panel. The distances of the circuits (panel to machine) are approximately 125 ft and 155 ft. State Licnese is required. Refer to the Statement of Work (SOW) for details.
SITE VISIT: A pre-award site visit will be conducted on 11/7 at 9am (local time) at:
Unicor Sandstone Print Factory
2300 County Road 29
Sandstone, MN 55072
ANSWERS: Answers to the questions generated at the site visit will be posted to SAM.gov by 11/11/2025.
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). Evaluation factors are past performance, price, lead time, safety, and technical approach.
The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility.
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.
PERIOD OF PERFORMANCE: UNICOR’s desired delivery is as soon as possible. Vendors are required to provide their best 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 offers is:
Friday, November 14, 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. SV0191-26, 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 238210: 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.