Opportunity

SAM #FLT0001-26

UNICOR Solicitation for CAT C12 Engine and Allison HD 4070 Transmission Dyno Testing & Remanufacturing

Buyer

UNICOR Colorado Business Office

Posted

May 13, 2026

Respond By

June 02, 2026

Identifier

FLT0001-26

NAICS

336350, 333618, 541380

UNICOR, a division of the U.S. Department of Justice, is seeking small business vendors for diesel engine dyno testing and remanufacturing services under an IDIQ contract. - Government Buyer: - U.S. Department of Justice, Federal Prison Industries (UNICOR) - Central Office contracting authority - OEMs and Vendors: - Caterpillar Inc. (CAT) for C12 engines - Allison Transmission for HD 4070 (Gen 3 and Gen 4) transmissions - Products/Services Requested: - Dyno testing and standard rebuild of CAT C12 diesel engines - Part numbers: 100001 (Standard Rebuild), 100002 (Dyno Testing), 100003 (Unusable Core Rebuild) - Up to 70 engines covered - Dyno testing and remanufacture of Allison HD 4070 Gen 3 and Gen 4 transmissions - Part numbers: 100004 (Dyno Testing), 100005 (Remanufacture) - Up to 70 transmissions covered - Unique/Notable Requirements: - Small business set-aside; non-manufacturer rule applies (products must originate from a small business) - Dyno testing required within 10 working days; remanufacturing within 30 days if failed - Engines must be painted CAT Yellow after remanufacture - Minimum one-year warranty on all work - Technical descriptions, warranty terms, and pricing required in proposals - Government may request bid samples - Delivery F.O.B. destination to UNICOR Glenville, WV facility

Description

See attached documents. 

TERMS OF DELIVERY ARE F.O.B. DESTINATION TO: UNICOR, Federal Prison Industries, Inc. UNICOR,Federal Prision Industries. INC 201 FCI Lane Glenville, WV 26531 Solicitation is issued as a one (1) base plus one (1) option year indefinite delivery-indefinite quantity type contract with an Economic Price Adjustment for NAICS 336350 – Motor Vehicle Transmission and Power Train Parts PPI # PCU33635033635025 Offerors who do not agree with the Producer Price Index listed above are required to submit the price index that they believe is correct to the contracting officer at least five (5) calendar days prior to the due date for offers. The index submitted will be evaluated and changed by amendment to the solicitation if necessary. SOLICITATION IS SMALL BUSINESS SET-ASIDE. NON-MANUFACTURER RULE APPLIES: A recipient of a contract setaside for small business, other than the actual manufacturer or processor, must provide the products of a small business. The government reserves the right to request bid samples (FAR 14.205) from all offerors a contract award or request a sample from the awardee after contract award. Future requirements for these or similar items from this or other UNICOR factories may be added to the resulting contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. For a list, description and total estimated quantities of all items, refer to Section B. QUESTIONS PERTAINING TO THIS SOLICITATION WILL ONLY BE ADDRESSED IN WRITING VIA EMAIL TO: Aaron.Mitchell2@usdoj.gov NO PHONE CALLS PLEASE. DEADLINE FOR ALL QUESTIONS IS May 26, 2026.

The date and time for receipt of proposals is Tuesday, June 2, 2026, at 2:00 PM CST. Offer must indicate Solicitation No. FLT0001-26, time specified for receipt of offer, name, address and 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.

View original listing