Opportunity

SAM #RFI0002-26

Support for Ink and Toner Cartridge Remanufacturing at Federal Correctional Facility

Buyer

Federal Prison Industries, Inc. (UNICOR)

Posted

April 22, 2026

Respond By

May 08, 2026

Identifier

RFI0002-26

NAICS

326199, 541690, 325992, 423840

UNICOR, Federal Prison Industries, Inc. (Department of Justice) is seeking information from organizations capable of supporting a remanufacturing operation for ink and toner cartridges at a federal correctional facility in Bryan, Texas. - Government Buyer: - UNICOR, Federal Prison Industries, Inc. (Central Office, Washington, DC) - Products/Services Requested: - Remanufacturing operation support for ink and toner cartridges - Includes training and technical support for inmate workers - Provision of specialized equipment and all materials (empty cartridges, inks, toners, components, chips, packaging) - Quality assurance and compliance with intellectual property requirements - Support for outbound sales, product photography, technical specifications, and web-based sales materials - Unique/Notable Requirements: - Partner must provide all remanufacturing materials and equipment - Training and technical support for an inmate workforce - Agency provides workspace, infrastructure, and manages the inmate workforce - Partner responsible for quality assurance and assumes liability for damages caused by negligence - Profit-sharing model: partner receives a portion of net monthly proceeds - Compliance with vendor vetting and intellectual property requirements - No specific OEMs or vendors are named in the solicitation - Place of performance is a federal correctional facility in Bryan, Texas, with agency oversight from Washington, DC

Description

The federal program seeks information from qualified organizations capable of supporting a remanufacturing operation for ink and toner cartridges within a federal correctional facility environment. Under agency supervision, inmate workers will disassemble, clean, repair, test, and reassemble previously used printer cartridges for sale through an agency-managed e‑commerce platform.

The agency will provide workspace, infrastructure, secure storage, utilities, basic equipment, and supervisory staff. It will determine and manage the inmate workforce, including compensation and timekeeping.

The selected partner will be granted facility access—subject to all required screenings—to provide training and technical support. This includes on‑site, remote, and periodic refresher sessions covering assembly processes, quality control, materials handling, and inventory management. Additional training will be required when new technologies or cartridge models are introduced. All training and travel costs will be borne by the partner.

The partner will also support outbound sales efforts, conduct outreach to prospects, provide product photography and technical specifications, and assist in the ongoing development and maintenance of web‑based sales materials. The agency will maintain the e‑commerce site using data provided by the partner and will make reasonable efforts to supply sales leads within the federal sector.

The partner will furnish specialized equipment as required and will provide all necessary materials for remanufacturing, including empty cartridges, inks, toners, components, chips, and packaging. All materials must comply with applicable intellectual property requirements, and the partner must ensure its vendors undergo appropriate IPR vetting.

The partner will operate a quality assurance program to ensure that finished products meet standards for completeness, quality, and packaging durability. The partner will also assume liability for damages caused by its negligence and agree to limitations on recoverable damages. Neither party will be responsible for consequential or punitive damages. Inmate workers will remain under agency authority and will not be considered employees of the partner.

The agency’s name may not be used in advertising or marketing without prior written approval. Profit‑sharing is anticipated, with the partner receiving an agreed-upon portion of net monthly proceeds.

UNICOR, FPI is seeking information about the Contractor’s capability to provide goods and services as detailed in the summary.  

Required Information:

Name of Company Telephone number and email address Company profile including government contracts Provide Business Size (ie Large, Small, Socio Economic Category) Any other information contractor deems pertinent to this request. Recommended Contract Type Provide any market data that may is relevant. Provide any relevant cost data. Any other information found relevant to this RFI.

Any questions as a result of this Request for Information (RFI) shall be addressed in writing to Joshua.hassler2@usdoj.gov no later than 12:00pm on May 1, 2026. No phone calls will be accepted.   

Response Deadline:   Friday, May 8, 2026 @ 10:00am EST.

Responses shall be sent via email only to Joshua.hassler2@usdoj.gov.

Please review the attached document for details. 

View original listing