FCI LORETTO- Q3 FY26 SUBSISTENCE (NATIONAL MENU & KOSHER/HALAL)
Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: PA. Response deadline: Feb 19, 2026. Industry: NAICS 311999 • PSC 8945.
Market snapshot
Awarded-market signal for NAICS 311999 (last 12 months), benchmarked to sector 31.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 311999
Description
(i) This is a combined synopsis/solicitation for commercial products 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 15B20826Q00000009 is issued as a request for quotation (RFQ), for Q3 FY26 Subsistence Requirement.
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.
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.
(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).
See attachment Quote Sheet_15B20826Q00000009_LOR Q3FY26 Subsistence for a full description of items, quantities and units of measures for all the subsistence requirements.
(iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102).
See attachment Quote Sheet_15B20826Q00000009_LOR Q3FY26 Subsistence for a full description of items, quantities and units of measures for all the subsistence requirements.
(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).
Refer to Attachment 15B20826Q00000009 Delivery Schedules for detailed delivery instructions. There is multiple delivery schedules associated with this solicitation. Each line item will indicate the corresponding delivery schedule number required in the description.
All line items are F.O.B. Destination
Deliveries will not be accepted on weekends or federal holidays. 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.
Delivery address will be:
FCI Loretto
772 Saint Joseph Street
Loretto, PA 15940
(v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)).
- 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 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.
- 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) (DEVIATION AUG 2025)
- 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
- 52.252-5 Authorized Devitions in Provisions (Nov 2020)
(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 (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 DEC 2025)
- 52.222-3 Convict Labor (JUN 2003) (DEVIATION DEC 2025)
- 52.222-19 Child Labor—Cooperation with Authorities and Remedies (JAN 2025) (DEVIATION DEC 2025)
- 52.222-35 Equal Opportunity for Veterans (JUN 2020) (DEVIATION DEC 2025)
- 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (DEVIATION DEC 2025)
- 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)
- 52.232-40 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
- 52.252-6 Authorized Deviations in Clauses (Nov 2020)
(vii) The date, time, and place for receipt of offer and point of contact.
The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on February 19, 2026.
Vendors shall submit quotes only to:
- Kaitlynn Riley, Contracting Officer, Email: k1riley@bop.gov.
Fax, hand delivered, or mail-in quotes will NOT be accepted. Only quote sheets with typed out offers will be accepted, no handwritten offers will be accepted. All quotations MUST be submitted via email on the quote sheet provided. Please be sure to read the solicitation, 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.
Some line items include a “FOR VENDOR TO COMPLETE” section. This section is required and must be completed for each line you are quoting. Failure to complete this section may result in your quote being considered incomplete and therefore ineligible for award.
Kosher and Halal Certification Requirements:
- Line items 50-76 include items that require Kosher and/or Halal certification. Vendors quoting any of these line items must submit current and valid Kosher and/or Halal certification documentation at the time of quote submission.
- Certification must be issued by a recognized certifying authority and must clearly identify the specific product(s) associated with the quoted line items.
- Failure to submit the required certification with the quote may result in the quote being considered incomplete and ineligible for award for the applicable line items. Certification submitted after the quote due date will not be accepted for evaluation purposes.
(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.”
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This opportunity is a combined synopsis/solicitation for the Federal Prison System's Bureau of Prisons, specifically for Q3 FY26 subsistence requirements, under solicitation number 15B20826Q00000009. The focus includes providing Kosher and Halal certified products, requiring vendors to furnish current certifications to be eligible for award. Small businesses are the target for this set-aside acquisition, which highlights the importance of compliance with delivery schedules and quality standards.
The buyer aims to procure various subsistence items, including Kosher and Halal certified products, to meet the dietary requirements of the Federal Prison System.
- Review solicitation and attachment guidelines.
- Prepare quotes based on provided line items and quantities.
- Ensure Kosher/Halal certification documentation is included for relevant items.
- Submit the complete quote via email with the quote sheet.
- Adhere to specified delivery schedules.
- Address potential questions regarding delivery and compliance.
- Completed quote sheet with typed offers.
- Current Kosher/Halal certification attached for relevant items.
- Compliance with FAR provisions included in the solicitation.
- Past performance documentation if applicable.
- Acknowledgment of delivery schedules included in submission.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific quantities and types of items required beyond general descriptions.
- Detailed line-item pricing or historical pricing data for benchmarking.
- Clear milestones for the evaluation of past performance.
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.