U.S. Department of Justice
Federal Bureau of Prisons
Field Acquisition Office
On Behalf Of
Federal Prison Camp, Alderson
May 14, 2025
(i) This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 15B10125Q00000023. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03.
(iv) The NAICS for this requirement is 333415 with a small business size standard of 1,250 employees.
This is a total small business set-aside.
(v) The following items are required
- Line item 1: Amatrol T7100 Resendial Heat Pump Troubleshooting Training System, Brand name or Equal. The quantity required is 1. The unit of measurement is each.
- Line item 2: Amatrol 96-ADE1 AC/DC Electrical 1 Learning System, Brand name or Equal. The quantity required is 1. The unit of measurement is each.
- Line item 3: Amatrol T7045 Basic Refrigeration Learning System, Brand name or Equal. The quantity required is 1. The unit of measurement is each.
(vi) The following items are required
- See attached “Brand Name or Equal” requirements attachment to define requirement.
(vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION TO:
Federal Prison Camp (FPC) Alderson
GLEN RAY RD. BOX A
ALDERSON, WV 24910
The delivery terms are negotiable upon award. Please indicate lead times on your quote.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
The Government anticipates and intends to make a SINGLE award based on the following evaluation factors.
Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.
(1) Price - The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable;
(2) Technical Acceptance – This evaluation factor is a Go/No Go evaluation.
This requirement involves Information Technology (IT) equipment that interfaces with external hardware and/or software. Accordingly, all equipment must obtain a Bureau of Prisons Special Authorization Number prior to award. Contractors are expected to adhere to all instructions and submit required specifications, technical data, and supporting documentation in a timely manner. Prospective contractors must review and fully understand clause DOJ-05 prior to submitting a quotation.
(3) Past Performance - This evaluation factor is a Go/No Go evaluation.
The Government will assess the contractor’s relevant past performance to determine successful execution of similar requirements. Submitted information should demonstrate prior experience and satisfactory performance on comparable contracts.
(x) 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), is applicable to this acquisition.
(xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Items, is applicable to this acquisition.
(xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025), applies to this acquisition.
_X_ (4)52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community—see FAR 3.900(a).
_X_ (5)52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).
_X_ (9)52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).
_X_ (12)52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) ( 31 U.S.C. 6101 note).
_X_ (18) (i)52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
_X_ (26) (i)52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) (15 U.S.C. 632(a)(2)).
_X_ (31)52.222-3, Convict Labor (Jun 2003) (E.O.11755).
_X_ (32)52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2025)( E.O. 13126).
_X_ (36)(i)52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).
_X_ (39)(i)52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
_X_ (48)(i)52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).
_X_ (55)52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513).
_X_ (59)52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).
(xiii) The selected Quoter must comply with the additional contract clauses and provisions
- 52.204-7, System for Award Management
- 52.204-13, System for Award Management Maintenance
- 52.204-16, Commercial and Government Entity Code Reporting
- 2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation) (NOV 2020)
- DOJ-02 – Contractor Privacy Requirements
- DOJ-03 – Personnel Security Requirements for Contractor Employees
- DOJ-05 - Security of Department Information and Systems
- DOJ-07 – Prohibition On Access By Non-U.S. Citizens To DOJ IT Systems
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Charles Coushaine, Contract Specialist, by email to ccoushaine@bop.gov.
DOJ full text of these clauses are attached on the SF-1449.
(xiv) Not applicable to this solicitation.
(xv) The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on May 16th, 2025.
(xvi) Vendors shall submit quotes only to:
- Charles Coushaine, Contracting Officer, Email: ccoushaine@bop.gov.
No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, cover letter, quote sheet, clauses and provisions and delivery schedule. If the answer is addressed in those documents, you will not receive a response.
Any and all information will be posted to the General Services Administration, SAM.Gov website: www.sam.gov. All future information about this acquisition, including amendments, awards and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email only, no phone calls please.
The email addresses to send questions to are:
- Charles Coushaine, Contracting Officer, Email: ccoushaine@bop.gov.
“System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include:
- 52.222-25, Affirmative Action Compliance, and
- 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, paragraph (d).
Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”