Skip to content
Department of Justice

FCI SCHUYLKILL FY26 3RD QUARTER SUBSISTENCE

Solicitation: RFQP02132600008
Notice ID: a47abb4c62274cc0a6963d24ebd7e299

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: PA. Response deadline: Mar 19, 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
$434,739,167
Sector total $1,218,626,459 • Share 35.7%
Live
Median
$58,070
P10–P90
$0$485,550
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
35.7%
share
Momentum (last 3 vs prior 3 buckets)
+36867%($432,393,474)
Deal sizing
$58,070 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 PA
Live POP
Place of performance
Minersville, Pennsylvania • 17954 United States
State: PA
Contracting office
Minersville, PA • 17954 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260119 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Carbon, Lehigh
Rate
BRICKLAYER
Base $45.45Fringe $30.16
Rate
CARPENTER
Base $45.13Fringe $29.04
Rate
ELECTRICIAN (Includes Communication Technician and Low Voltage Wiring)
Base $50.00Fringe $25.93
+5 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Stephanie Sandler
Email
ssandler@bop.gov
Phone
5705447310

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FCI SCHUYLKILL
Office
Not available
Contracting Office Address
Minersville, PA
17954 USA

More in NAICS 311999

Description

(i) 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.

(ii)Solicitation number RFQP02132600008 is issued as a request for quotation (RFQ), for subsistence requirement.

(iii) 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.

(iv) 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.

(v) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).

See attached requirements worksheets for a full description of items, quantities and units of measures for all the subsistence requirements.

(vi) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102).

See attached requirements worksheets for a full description of items, quantities and units of measures for all the subsistence requirements.

(vii) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).

Dates of delivery will be 30 days After Receipt of Order (ARO). 
 

Delivery will be Freight on Board.


Delivery address will be:
FCI Schuylkill

Interstate 81 & Route 901 W

Minersville, PA 17954

(viii) 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)).

(ix) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (NOV 2021) (DEVIATION NOV 2025)
 

The Government anticipates and intends to make MULTIPLE awards based on pricing per line item.
Awards will be made to the responsible Quoter(s) whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below

(1) Price - The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable;
(2) Past Performance – Go/No-Go Evaluation

The Government will evaluate the Quoter’s past performance on a Go/No-Go basis. 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.

Only Quoters receiving a "Go" rating under this factor will be considered eligible for award.

(x) FAR 52.212-4, Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) (DEVIATION NOV 2025), is applicable to this acquisition.

(xi) The following provisions are applicable:

  • 52.204-7 System for Award Management—Registration (NOV 2024) (DEVIATION NOV 2025)
  • 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2024)
  • 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (JAN 2017)
  • 52.225-2 Buy American Certificate (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 clauses are applicable:

  • 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 Confidentiality 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 Influenza or Other National Emergency

(xii) The date, time, and place offers are due.

The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on March 19th, 2026.

(xiii) The name and telephone number of the individual to contact for information regarding the solicitation.

Vendors shall submit quotes only to:

  • Stephanie Sandler, Contracting Officer, Email: ssandler@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.

Quotes MUST be good for 30 calendar days after close of the solicitation.

(viii) Any other additional information required by 5.101(c).

Any and 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 Certifications—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.”

FCI Schuylkill DELIVERY SCHEDULE – Requirement: Subsistence

FCI Schuylkill Food Service Department requires delivery of all products within 30 days after receipt of order (ARO).  
Deliveries must be made between the hours of 7:00 am and 2:00 pm EST.  Federal holiday deliveries will not be accepted.  

Delivery schedules will be strictly enforced.  Failure to deliver within the established time frame will be considered as nonconformance to the terms of the contract.

•    All items will be closely inspected.
•    All deliveries must be palletized, and in such a way that our product is easily accessible. Please note that we will not be downloading other products in order to access our own. If our product is not easily accessible and cannot easily be removed from the truck, the delivery will be subject to refusal. 
•    All boxes/cases and products shall be properly marked to indicate contents. Product not properly marked will be refused.     
•    All non-frozen, perishable foods must be delivered between 34 degrees F and 40 degrees F.
•    All shelf-stable food products shall not be frozen or refrigerated, and must be delivered above 40 degrees F.
•    All frozen foods must be delivered at 0 degrees F or below.  Any product that indicates prior thawing will be refused.
•    All certified religious diet items must be marked with the Kosher Symbol on individual packages, or the item will be refused.
•    Receipt of delivery may be conditional for a period of three (3) days in order to allow for adequate examination and testing.
•    Some items may require thawing and cooking to determine specifications compliance.
•    Items that fail to meet specifications will be refused.
•    If the product is not accepted, in accordance with FAR 52.212-4 (a), “The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price.”
•    Items which are conditionally received, and found to be unacceptable, must be picked up at the vendors' expense within two (2) weeks of noncompliance notification.
•    If the product is not picked up within two (2) weeks, it will be disposed of by warehouse staff.

Items must meet specifications as indicated on the solicitation and award.  
All items will be closely inspected prior to acceptance.  
See FAR 52.212-4 (a) Inspection and Acceptance.
https://www.acquisition.gov/far/52.212-4?searchTerms=52.212-4

Contractor failure to meet delivery schedules without an excusable delay and/or failure to conform to contract specifications will negatively affect the contractor's history of past performance.  Past performance information may be used by the Government to make future award decisions and/or may result in a finding that the quoter is not responsible for the award of future requirements.
 

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.