FCI Sheridan 4th QTR Foods

Project ID: 15B61226Q00000010 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyBureau of Prisons
Deadline05/26/26
Posted05/12/26
Estimated ValueNot Provided
Set AsideSBA
NAICS311999 - All Other Miscellaneous Food Manufacturing
PSC8945 - Food, Oils And Fats
LocationSheridan, OR 97378 United States
Description
Primary Latest Change

Summary

U.S. Department of Justice

Federal Bureau of Prisons

Federal Correctional Institution (FCI) Sheridan 27072 SW Ballston Rd. Sheridan, OR 97378 May 12, 2026 (i) This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) part 12, 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. Solicitation number 15B61226Q00000010 is issued as a Request for Quote (RFQ) for the quarterly food requirement. Please read it in its entirety. This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The NAICS for this requirement is 311999 with a size standard of 700 employees. (ii) A list of line-item number(s) and items, quantities, and units of measure: See BRQ 15B61226Q00000010. (iii) Description of requirements for the items to be acquired: See BRQ 15B61226Q00000010. (iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point: TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING July 1, 2026 AND ENDING July 15, 2026. ANY QUESTIONS REGARD DELIVER CONTACT THE FOOD SERVICE ADMINISTRATOR AT 503-843-6418.

SPECIAL DELIVERY INSTRUCTIONS

Any delivery made to the institution the driver is responsible for getting the load to the back of the truck. Delivery hours for FCI Sheridan are 8:00 am to 1:00 pm Monday through Friday and closed all federal holidays. All non-frozen, perishable foods must be delivered between 34 degrees F to 40 degrees F. All frozen foods must be delivered at 0 degrees F or below. Any products that indicate prior thawing will be refused. Vendors who fail to meet delivery schedules or specification may be removed indefinitely from future solicitations for bids. (v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)). The following provisions are appliable: - 52.212-1, Instructions to Offerors Commercial Products and Commercial Services - 52.212-2, Evaluation Commercial Products and Commercial Services (1) Price - The government will evaluate the Quoter's proposed price to ensure it is fair and reasonable; and (2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor. (3) Technical In the form of Product Offered (Identify the Product Brand or Manufacturer). - 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017) - 52.204-7 System for Award Management Registration (DEVIATION NOV 2025) - 52.225-2 Buy American Certificate (vi) A list of contract clauses that apply to the acquisition (see 12.205(b)). - 52.212-4, Terms and Conditions Commercial Products and Commercial Services (DEVIATION NOV 2025) - 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) - 52.203-19 Prohibition on Requiring Internal Confidentiality Agreements (JAN 2017) - 52.204-13 System for Award Management Maintenance (DEVIATION NOV 2025) - 52.209-6 Protecting the Government's Interest When Subcontracting with Debarred/Suspended Contractors (DEVIATION NOV 2025) - 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (DEVIATION NOV 2025) - 52.219-6 Small Business Set-Aside (NOV 2020) - 52.222-3 Convict Labor (JUNE 2003) - 52.222-19 Child Labor Cooperation with Authorities and Remedies(JAN 2025) - 52.222-35 Equal Opportunity for Veterans (JUNE 2020) - 52.222-36 Equal Opportunity for Workers with Disabilities (JUNE 2020) - 52.222-37 Employment Reports on Veterans (JUNE 2020) - 52.222-50 Combating Trafficking in Persons (OCT 2025) - 52.222-90 Addressing DEI Discrimination by Federal Contractors - 52.225-1 Buy American-Supplies - 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) - 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) - 52.232-36 Payment by Third Party - 52.233-3 Protest After Award - 52.233-4 Applicable Law for Breach of Contract Claim (vii) The date, time, and place for receipt of offer and point of contact. The completed solicitation package must be returned no later than 8:00 a.m. Pacific Standard Time on May 26, 2026. Vendors shall submit quotes in .pdf format to David Bryant, Property & Procurement Specialist, by email to dmbryant@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 30 calendar days after close. (viii) Any other additional information required by 5.101(c). Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov | Contract Opportunities. All future information about this acquisition, including amendments, 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. Awards with total value over the Micro Purchase Threshold of $15,000 will be awarded with a Firm-Fixed Price (FFP) Purchase Order. Awards with total value under the Micro Purchase Threshold of $15,000 will be awarded with a Firm-Fixed Price (FFP) Government Purchase Card transaction from the local food services department. Any subsequent award will require acceptance in the form of a signature by the contractor 48 hours after the signed purchase order has been delivered to the contractor. Subsistence is a vital part of the orderly running of the operation of a Federal Prison. In accordance with FAR 12.201-1 (b), this contracting officer has determined this acquisition appropriate to require acceptance in writing. 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 this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

Question Submission

Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FCI Sheridan) to respond. Questions must be submitted by email only, dmbryant@bop.gov. No phone calls please.

Summary (Newest Update)

Background The U.S. Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Sheridan, is issuing this solicitation for the procurement of quarterly food supplies. The goal of this contract is to ensure that the institution has a consistent and reliable supply of food products necessary for its operations. This acquisition is set aside for small business concerns, emphasizing the agency's commitment to supporting small businesses in federal contracting. Work Details The contract includes a variety of food items categorized by line-item numbers with specific quantities and specifications. Key items include: - Beans, Kidney, Dark Red, Canned: 56 cases - Rice, U.S. Grade 1 or 2: 10,000 lbs - Pasta (various types): Totaling 8,000 lbs across different forms including elbow macaroni, lasagna noodles, rotini, and spaghetti. - Flour: 35,000 lbs - Non-Fat Dry Milk: 4,500 lbs - Cereal (various types): Totaling 23,000 lbs across different forms including bran flakes and rolled oats. - Peanut Butter: 3,000 lbs - Various meats including ground beef (5,000 lbs), chicken breast (5,000 lbs), and turkey products totaling over 20,000 lbs. - Dairy products including cheese and milk totaling over 200,000 units. - Kosher certified items including jelly and tuna. Delivery must comply with strict temperature controls for perishables and follow specific packaging requirements as outlined in the solicitation. Period of Performance The period of performance for delivery begins on July 1, 2026 and ends on July 15, 2026. Place of Performance Deliveries are to be made to the Federal Correctional Institution located at 27072 SW Ballston Rd., Sheridan, OR 97378.

Contacts
Contact nameDavid Bryant
Contact emaildmbryant@bop.gov
Contact phone(503) 843-6403
Same Region Opportunities