SOLICITATION NOTICE
89 -- Q2 FY26 Dairy- FCI Loretto
- Notice Date
- 11/24/2025 6:26:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15B20826Q00000004
- Response Due
- 12/8/2025 7:00:00 AM
- Archive Date
- 12/23/2025
- Point of Contact
- Kaitlynn Riley, Phone: 4699282189
- E-Mail Address
-
k1riley@bop.gov
(k1riley@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. Solicitation number 15B20826Q00000004 is issued as a request for quotation (RFQ), for FCI Loretto Q2 FY26 Dairy requirements. This acquisition is set aside for small business concerns. The NAICS code for this requirement is 311999, with a small business size standard of 700 employees. This solicitation incorporates provisions and clauses by reference. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. To view all available rewritten FAR Parts and agency deviations, visit Revolutionary FAR Overhaul. Federal Correctional Institution Loretto, Pennsylvania, is seeking to purchase dairy as detailed below. Kosher Milk, Fresh, Nonfat, Skim, or Fat Free, Individual 8 Ounce Serving. 1/2 pint. Must be processed under Ultra High Temperatures (UHT). Product can be a plant-based dairy substitute. Certified Kosher. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count. *Total quantity is split on weekly deliveries* 12,000 EA Dairy, Milk, Pasteurized, Nonfat, Skim, or Fat Free, No Flavor. (CID A-A-20338A, Group I, Type D, Flavor 5 - No Flavor, Packaging size j, Agricultural practice (1)). 5 Gallon Containers for Milk Dispenser. *Total quantity is split on weekly deliveries* 1,000 EA Delivery Split total quantity into 13 shipments to be delivered each week, beginning January 5, 2026, and ending with the last delivery no later than Tuesday, March 31, 2026. We reserve the right to increase or decrease quantities based on institutional needs. Quantity changes will be made no less than one week prior to delivery. Weekly deliveries are required. Quantities and delivery day(s) are at the unilateral discretion of the Government. Deliveries will take place on a will-call basis. All line items are F.O.B. Destination Deliveries must be made between the hours of 7:00 am and 1:00 pm EST. Federal holiday deliveries will not be accepted. Delivery schedules must be pre-arranged with the receiving warehouse. Items not delivered within the required time frame may be subject to cancellation, and any associated shipping or restocking fees will be the responsibility of the vendor. Please refer to attachment 15B20826Q00000004 Delivery Schedule for additional delivery details. Deliveries shall be made to: FCI Loretto 772 Saint Joseph Street Loretto, PA 15940 Provisions, Clauses, and Other Requirements The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (SEP 2023) (DEVIATION NOV 2025), applies to this acquisition. (see 12.205(a)). FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (NOV 2021) (DEVIATION NOV 2025) The Government anticipates and intends to make a single award of a ?rm-?xed price contract for FCI Loretto�s Q2 FY26 Dairy requirement. This solicitation is set as �All or None.� Please bid on all line items to be considered for award. 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. Price - The government will evaluate the Quoter�s proposed price to ensure it is fair and reasonable. Past Performance � Go/No-Go Evaluation. The Government will evaluate the Quoter�s past performance on a Go/No-Go basis. Only Quoters receiving a ""Go"" rating under this factor will be considered eligible for award. The assessment will be based on the following criteria: Timeliness of Deliveries: The Quoter must demonstrate a consistent record of on-time deliveries. Documented instances of late deliveries, including Contractor Performance Assessment Reporting System (CPARS) evaluations and communications with other Contracting Officers, will be reviewed. A history of substantial delivery delays will result in a ""No-Go"" determination. Order Accuracy and Completeness: The Quoter must show a track record of delivering complete and accurate orders. Evidence of recurring issues such as missing or incorrect items�supported by customer complaints, returns, or input from other Contracting Officers�will be considered. A pattern of incomplete or inaccurate deliveries will result in a ""No-Go"" determination. 52.204-7 System for Award Management�Registration (NOV 2024) (DEVIATION NOV 2025) 52.203-11 Certi?cation and Disclosure Regarding Payments to In?uence Certain Federal Transactions (SEP 2024) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Con?dentiality Agreements or Statements�Representation (JAN 2017) 52.225-2 Buy American Certi?cate (OCT 2022) 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (JUN 2020) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) The following contract clauses apply to this acquisition: 52.212-4, Terms and Conditions�Commercial Products and Commercial Services (NOV 2023) (DEVIATION NOV 2025) 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) 52.203-19 Prohibition on Requiring Internal Con?dentiality Agreements (JAN 2017) 52.204-13 System for Award Management � Maintenance (OCT 2018) (DEVIATION NOV 2025) 52.209-6 Protecting the Government�s Interest When Subcontracting with Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) (DEVIATION NOV 2025) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (DEVIATION NOV 2025) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (DEVIATION NOV 2025) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (JAN 2025) (DEVIATION NOV 2025) 52.222-35 Equal Opportunity for Veterans (JUN 2020) (DEVIATION NOV 2025) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (DEVIATION NOV 2025) 52.222-37 Employment Reports on Veterans (JUN 2020) (DEVIATION NOV 2025) 52.222-50 Combating Trafficking in Persons (OCT 2025) (DEVIATION NOV 2025) 52.225-1 Buy American-Supplies (OCT 2022) (DEVIATION NOV 2025) 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 (MAY 2014) (DEVIATION NOV 2025) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3 Protest After Award (AUG 1996) (DEVIATION NOV 2025) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2024) (DEVIATION NOV 2025) 52.252-2 Clauses Incorporated by Reference (FEB 1998) JAR 2852.212-4 Contract Terms and Conditions, Commercial Items (NOV 2020) DOJ-08 � Continuing Contract Performance During a Pandemic In?uenza or Other National Emergency Quote Submission The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on December 8th, 2025. Vendors shall submit quotes only to: Kaitlynn Riley, Contracting Officer, Email: k1riley@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. This is an open-market combined synopsis/solicitation for products as de?ned herein. The government intends to award a single award as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Complete and return excel worksheet 15B20826Q00000004 DAIRY QUOTE SHEET Q2FY26 LOR o Sheet 1: Contractor Information Sheet Fill in Cells B6-B11 o Sheet 2: Quote Sheet- Dairy Fill in Cells E7 & E8 (all other tabs should auto populate) Quoters MUST quote all line items to be considered for award All quoters MUST submit Kosher/Halal Certi?cations with bid. Failure to submit certi?cations will result in the quote being removed from consideration. Quotes MUST be good for 30 calendar days after close of the solicitation. Additional Information required by FAR 5.101(c) 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. All responsible sources may submit a quotation, as appropriate, which will be considered by the Bureau of Prisons. 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 agency solicitations. Examples include: 52.222-25, Affirmative Action Compliance, and 52.212-3, Offeror Representations and Certi?cations�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.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e4917be659f9415d9a45c39f0b1d541b/view)
- Place of Performance
- Address: Loretto, PA 15940, USA
- Zip Code: 15940
- Country: USA
- Zip Code: 15940
- Record
- SN07650808-F 20251126/251124230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |