FCI LA TUNA-QTR 3-DAIRY
Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: TX. Response deadline: Mar 06, 2026. Industry: NAICS 311999 • PSC 8910.
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulations (FAR) Subpart 12.6 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. The solicitation number is 15B51026Q00000013 and this solicitation is issued as a Request for Quote (RFQ).
Solicitation is for Third Quarter DAIRY FY26. For a list, description and total quantities of all items refer to attached Standard Form 1449, Section 2.
Solicitation is a 100% small business set aside. Any quotes from large businesses will not be considered.
The NAICS for this requirement is 311999
Terms of delivery are F.O.B. destination to: FCI La Tuna, 8500 Doniphan Dr., Anthony, Texas 79821, Warehouse 915-791-9780.
Items will be awarded individually. More than one item may be awarded to one contractor.
Evaluation Factors are price and past performance. Venders who submit a quote concurs that delivery dates will be met, unless otherwise noted. Vendors should not quote on items which cannot be delivered for any reason. Quotes must be listed as per the item quantities requested.
Past performance: A record of poor performance due to failure to deliver items within the expected delivery time period, requests to remove an item from a signed purchase order on previous awards, requests to disregard or cancel a signed purchase order, or poor quality may result in a poor performance rating. FCI La Tuna will award quoted items to vendors that have a high past performance record IAW FAR 13.106-2(4)(ii) regardless of the quotes with the lowest price. Quotes from vendors without poor past performance represent the best value when compared to any lower priced quote(s).
DELIVERY REQUIREMENTS:
- All deliveries must be palletized unless prior arrangements were agreed to by FCI La Tuna warehouse staff and/or material handlers (no side-loaded pallets).
- All non-frozen, perishable foods must be delivered between 36 degrees F and 41 degrees F.
- All canned goods must be delivered above 36 degrees F and not frozen.
- All frozen foods must be delivered at 0 degrees F or below. “Frozen product after being received is subject to further inspection upon thawing to verify sizes/weights are within the Purchase Order and/or BOP National Specifications.”
- Some items may require thawing and cooking to determine specification compliance and product wholesomeness.
- Any product that indicates prior thawing will be refused.
- All certified religious diet items must be marked with Kosher Symbol on individual packages or the item will be refused.
- Items which are conditionally received and found noncompliant, must be picked up at the vendors’ expense within (2) weeks of noncompliance notification.
- Items that fail to meet specifications will be refused. All items must be dated.
- Hours for delivery are 7:30AM – 1:30PM, Mon-Fri, first come first serve. No deliveries on weekends or federal holidays.
- Unless otherwise stated within the specification of an item description in Section 2 of SF Form 1449, all dates for frozen food items must be delivered frozen and delivered before the best buy date, sell by date, use by date, best if used by date, or freeze by date on the label.
Substitutions to specifications in line items are prohibited (ex., case counts). Changes to specifications will not be evaluated and therefore, not considered for award. The government reserves the right upon inspection to reject items if they are damaged or not to the specifications as listed in the solicitation. Do not change the case counts or the quote of the item will not be considered.
The date and time for receipt of offers is March 5, 2026, at 5:00 PM MST. Quote must indicate Solicitation No. 15B51026Q00000013 time specified for receipt of quote, name, address and telephone number of quote, technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Quote must include acknowledgment of amendments, if any.
Substitutions to specifications in line items are prohibited (ex., case counts). Changes to specifications will not be evaluated and therefore, not considered for award. The government reserves the right upon inspection to reject items if they are damaged or not to the specifications as listed in the solicitation. Do not change the case counts or the quote of the item will not be considered.
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.