Skip to content
Department of Justice

FCI Sheridan - FY26 3rd QTR Subsistence

Solicitation: 15B61226Q00000002
Notice ID: 5e9ccebdc7a5422d887f3e10ec39e058

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: OR. Response deadline: Mar 02, 2026. Industry: NAICS 311999 • PSC 8945.

Market snapshot

Awarded-market signal for NAICS 311999 (last 12 months), benchmarked to sector 31.

12-month awarded value
$307,766,790
Sector total $956,836,366 • Share 32.2%
Live
Median
$2,680,727
P10–P90
$25,952$180,883,724
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
32.2%
share
Momentum (last 3 vs prior 3 buckets)
+59326%($306,732,728)
Deal sizing
$2,680,727 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OR
Live POP
Place of performance
Sheridan, Oregon • 97378 United States
State: OR
Contracting office
Grand Prairie, TX • 75051 USA

Point of Contact

Name
Patricia Frausto
Email
pfrausto@bop.gov
Phone
559-274-4303
Name
David Bryant
Email
dmbryant@bop.gov
Phone
503-843-6403

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FAO
Office
Not available
Contracting Office Address
Grand Prairie, TX
75051 USA

More in NAICS 311999

Description

U.S. Department of Justice
Federal Bureau of Prisons
Federal Correctional Institution (FCI) Sheridan, 27072 SW Ballston Rd., Sheridan, OR 97378

February 20, 2025

(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 15B61226Q00000002 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 15B61226Q00000002.

(iii) Description of requirements for the items to be acquired: See BRQ 15B61226Q00000002.

(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point:  

TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING April 1, 2026 AND ENDING April 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 (Sep 2023) (DEVIATION NOV 2025)
  • 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021) (DEVIATION NOV 2025)

(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 Notice of Total Small Business Set-Aside (Nov 2020) (DEVIATION DEC 2025)
  • 52.222-3 Convict Labor (June 2003) (DEVIATION DEC 2025)
  • 52.222-19 Child Labor—Cooperation with Authorities and Remedies(JAN 2025) 
  • 52.222-35 Equal Opportunity for Veterans (Jun 2020) (DEVIATION DEC 2025)
  • 52.222-36 Equal Opportunity for Workers with Disabilities (JUNE 2020) 
  • 52.222-37 Employment Reports on Veterans (Jun 2020) (DEVIATION DEC 2025)
  • 52.222-50 Combating Trafficking in Persons (Oct 2025) (DEVIATION DEC 2025)
  • 52.225-1 Buy American-Supplies (Oct 2022) (DEVIATION DEC 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)
  • 52.233-3 Protest after Award (Aug 1996) (DEVIATION NOV 2025)
  • 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (DEVIATION NOV 2025)
  • 52.240-91 Security Prohibitions and Exclusions (DEVIATION NOV 2025)
  • JAR 2852.212-4 Contract Terms and Conditions, Commercial Items 

(vii) The date, time, and place for receipt of offer and point of contact. 

The completed solicitation package must be returned no later than 3:00 p.m. Pacific Standard Time on March 2, 2026. 

Vendors shall submit quotes in .pdf format to Patricia Frausto, Contract Specialist, by email to pfrausto@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, pfrausto@bop.gov.  No phone calls please. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.