HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of twelve paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
FCI Otisville 3rd qtr Dairy Items
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.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 112120 (last 12 months), benchmarked to sector 11.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 359 more rate previews.↓
Point of Contact
Agency & Office
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.
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.