Skip to content
Department of Justice

FCI Otisville 3rd qtr Dairy Items

Solicitation: 15B21126Q00000007
Notice ID: a6110f9316844f698d32e3e0690dc774

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: NY. Response deadline: Feb 25, 2026. Industry: NAICS 112120 • PSC 8945.

Market snapshot

Awarded-market signal for NAICS 112120 (last 12 months), benchmarked to sector 11.

12-month awarded value
$30,372
Sector total $28,443,512 • Share 0.1%
Live
Median
$30,372
P10–P90
$30,372$30,372
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($30,372)
Deal sizing
$30,372 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 NY
Live POP
Place of performance
Otisville, New York • 10963 United States
State: NY
Contracting office
Otisville, NY • 10963 USA

Point of Contact

Name
Dan Sabo
Email
dsabo@bop.gov
Phone
8453866799

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FCI OTISVILLE
Office
Not available
Contracting Office Address
Otisville, NY
10963 USA

More in NAICS 112120

Description

U.S. Department of Justice
Federal Bureau of Prisons
FCI Otisville

2 Mile Drive

Otisville NY 10963

845-386-6700

February 18, 2026

(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 15B21126Q00000007 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 112120, 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).

Deliveries will be expected on a weekly basis with orders/deliveries anticipated twice a week on Monday and Wednesday. Dairy deliveries must be made before 1pm on Monday and Wednesday when an order is placed. 
 

Delivery will be Freight on Board.


Delivery address will be:
FCI Otisville

2 Mile Drive

Otisville NY 10963

(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 (DEV) 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 (DEV) Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) (DEVIATION NOV 2025)
  • 52.219-6 (DEV) Notice of Total Small Business Set-Aside (Nov 2020) (DEVIATION DEC 2025)
  • 52.222-3 (DEV) Convict Labor (June 2003) (DEVIATION DEC 2025)
  • 52.222-19 (DEV) Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (DEVIATION DEC 2025)
  • 52.222-35 Equal Opportunity for Veterans (JUN 2020) (DEVIATION NOV 2025)
  • 52.222-36 (DEV) Equal Opportunity for Workers with Disabilities (Jun 2020) (DEVIATION DEC 2025)
  • 52.222-37 Employment Reports on Veterans (JUN 2020) (DEVIATION NOV 2025)
  • 52.222-50 (DEV) Combating Trafficking in Persons (Oct 2025) (DEVIATION DEC 2025)
  • 52.225-1 (DEV) 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 (DEV)Payment by Third Party (MAY 2014) (DEVIATION NOV 2025)
  • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
  • 52.233-3 (DEV) Protest After Award (AUG 1996) (DEVIATION NOV 2025)
  • 52.233-4 (DEV) 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 12:00 p.m. Eastern Standard Time on February 25th, 2026.

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

Vendors shall submit quotes only to:

  • Daniel Sabo, Contract Specialist, via email- dsabo@bop.gov
  • Phone- (845)386-6799

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.”

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.