Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOLICITATION NOTICE

89 -- FCI Bastrop 2Q FY-2026 Milk Requirement

Notice Date
11/25/2025 11:33:39 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
15B50126Q00000008
 
Response Due
12/8/2025 7:00:00 AM
 
Archive Date
12/23/2025
 
Point of Contact
Magdeline Mirabal, Phone: 469-928-2191, Johnathan Jones
 
E-Mail Address
mmirabal@bop.gov, j48jones@bop.gov
(mmirabal@bop.gov, j48jones@bop.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
U.S. Department of Justice Federal Bureau of Prisons Field Acquisition Office On Behalf Of Federal Correctional Institution, Bastrop This document is a combined synopsis/solicitation and constitutes the formal Request for Quotation (RFQ) 15B50126Q00000008, seeking offers for the supply of milk to the Federal Correctional Institute (FCI) Bastrop. This announcement is prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12 , and it is the only solicitation that will be issued; a separate written solicitation will not be provided. 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. (i) Action Code and Solicitation Number Action Code: Combined Synopsis/Solicitation Solicitation Number: 15B50126Q00000008 Response Due Date: December 8th, 2025, by 10:00 a.m. Eastern Standard Time (EST) NAICS Code: 311999 (All Other Miscellaneous Food Manufacturing) Contracting Office: U.S. Department of Justice, Federal Bureau of Prisons, Field Acquisition Office, on behalf of FCI Bastrop (ii) Line Items and Quantities Specific line-item numbers, items, quantities, and units of measure are provided in the attached requirements worksheets, which are an integral part of this solicitation package. (iii) Description of Requirements The U.S. Department of Justice requires subsistence items (milk) for FCI Bastrop. Full requirements, including specific descriptions of items, quantities, and units of measure, are detailed in the attached requirements worksheets. (iv) Delivery and Acceptance Delivery Dates: Deliveries are required every week on Tuesday, commencing January 6, 2026. F.O.B. Point: Freight on Board destination. Delivery Address: FCI Bastrop 1341 Highway 95 North Bastrop, TX 78602 (v) Solicitation Provisions This acquisition is Unrestricted for small business concerns. The full text of applicable provisions and clauses may be accessed electronically on the Acquisition.gov website. The following FAR 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) 52.204-7, System for Award Management�Registration 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.225-2, Buy American Certificate 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation Evaluation Factors: The Government intends to make multiple awards based on pricing per line item to the responsible Quoter(s) providing the best value. Evaluation factors are: (1) Price (fair and reasonable); (2) Past Performance (Go/No-Go basis). Only offerors receiving a ""Go"" rating for past performance (based on timeliness and order accuracy) will be considered for award. (vi) Contract Clauses The following FAR and agency-specific clauses apply to this acquisition: 52.212-4, Terms and Conditions�Commercial Products and Commercial Services 52.203-17, Contractor Employee Whistleblower Rights 52.203-19, Prohibition on Requiring Internal Confidentiality Agreements 52.204-13, System for Award Management � Maintenance 52.209-6, Protecting the Government�s Interest When Subcontracting with Debarred/Suspended Contractors 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American-Supplies 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer�System for Award Management 52.232-36, Payment by Third Party 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim JAR 2852.212-4, Contract Terms and Conditions, Commercial Items (Deviation) DOJ-08, Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (Deviation) 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. FAR provisions and clauses utilize the RFO Part 52 model deviation text available at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52. (vii) Offer Submission and Point of Contact The completed solicitation package must be returned no later than 10:00 a.m. EST on December 8th, 2025. Vendors shall submit quotes only to the following point of contact via email: Point of Contact: Magdeline Mirabal-Lopez, Contracting Officer Email: mmirabal@bop.gov No fax, hand-delivered, or mail-in quotes will be accepted. Quotes must be valid for 60 calendar days after the solicitation closes. Offerors are responsible for reading all solicitation documents; inquiries regarding information already provided in the documents will not receive a response. (viii) Additional Information All responsible sources may submit a quotation for consideration. All future information, amendments, awards, and cancellations related to this acquisition will be posted to the official U.S. government website for procurement information on SAM.gov. Interested parties are responsible for monitoring this site. Awards over the Micro Purchase Threshold of $15,000 will result in a Firm-Fixed Price (FFP) Purchase Order requiring contractor signature acceptance within 48 hours of delivery. Awards under $15,000 will be FFP Government Purchase Card transactions. Entities must be registered in the System for Award Management (SAM). Information on how to register and manage your entity can be found on the official SAM.gov website.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5132e71d6ee34e3b97292f6b90bd70c6/view)
 
Place of Performance
Address: TX 78602, USA
Zip Code: 78602
Country: USA
 
Record
SN07652009-F 20251127/251125230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.