Skip to content
Department of Justice

FCC Oakdale FY26 3rd QTR Religious Diet (Kosher & Halal)

Solicitation: 15B51826Q00000009
Notice ID: e3d6e679079846efb23aa24a54c41e3a

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: LA. Response deadline: Mar 05, 2026. Industry: NAICS 311999 • PSC 8940.

Market snapshot

Awarded-market signal for NAICS 311999 (last 12 months), benchmarked to sector 31.

12-month awarded value
$307,766,790
Sector total $956,836,366 • Share 32.2%
Live
Median
$2,680,727
P10–P90
$25,952$180,883,724
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
32.2%
share
Momentum (last 3 vs prior 3 buckets)
+59326%($306,732,728)
Deal sizing
$2,680,727 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 LA
Live POP
Place of performance
Oakdale, Louisiana • 71463 United States
State: LA
Contracting office
Oakdale, LA • 71463 USA

Point of Contact

Name
Blasia Hornaby
Email
bhornsby@bop.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FCC OAKDALE
Office
Not available
Contracting Office Address
Oakdale, LA
71463 USA

More in NAICS 311999

Description

Combined synopsis solicitation, FCC Oakdale, FY26 3rd Quarter Food Service Bid – Kosher and Halal Solicitation Number 15B51826Q00000009 Kosher and Halal.

This combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplement with additional information included in the notice.  The announcement constitutes only solicitation; quotes are being requested, and a written solicitation will not be issued.

The Federal Bureau of Prisons, Federal Correctional Complex Oakdale, Louisiana, intends to issue solicitation 15B51826Q00000009 Kosher and Halal for the requirements of kosher and halal related items. This solicitation is restricted to 100% Small Business Set-aside, FOB Destination. Please ensure that you only bid on items that you can and will provide meeting the provided specifications.  If you cannot provide items that you were awarded, performance will be affected and may affect future awards.

The contract type is a firm-fixed price. The North American Industrial Classification System (NAICS) code applicable to this requirement is 311999. This solicitation is restricted to 100% Small Business, FOB Destination. The small business size standard is 700 employees. Each offer is required per FAR 52.212‑3 to complete their representations and certifications via the on-line Representation and Certification Applications (ORCA) at http://orca.bpn.gov. Faith Based and Community Based Organizations (Aug 2005) are included.  The Government reserves the right upon award to make formal single or multiple awards. The Government will award to the responsible offeror(s) whose offer, conforming to the solicitation, that are considered to be most advantageous to the Government, with past performance and price considered. All contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.  Lack of registration in the SAM database will make a contractor ineligible for award. 

FOB Destination, delivery date is April 1, 2026. Deliveries will be made to Federal Correctional Complex, Oakdale, Louisiana, (Food Service Warehouse) 2105 East Whatley Rd, Oakdale, LA 71463. Deliveries will be accepted Monday-Friday 7:30am-3:00pm.

The point of contact for all information regarding this solicitation is Blasia McGee, Contract Specialist, at the address listed above. Completed offers must be emailed to bhornsby@bop.gov. Email is the preferred method of submission. Confirmation e-mails will be returned for all e-mailed quotes.

Submission of Quotations

Completed quotes may be submitted electronically via e-mail to bhornsby@bop.gov.  All responsible sources must submit a typed quote on the attached specification sheet (BRQ, – SF 1449 -REQUEST FOR QUOTATION), which will be considered for award. Do not submit multiple quote request.

The date for receipts of quotes is no later than 9:00 a.m. Central Standard Time on Thursday, March 5, 2026.  Quotes must be marked with the Solicitation Number 15B51826Q00000009 Kosher and Halal and include the Quoter’s Unique Entity Identifier (not DUNS number) for SAM, point of contact for the vendor, and all required information, to the attention of Blasia McGee, Contract Specialist.  Lack of registration in the SAM database will make the contractor ineligible for award. Please type information so that it can be easily read. Any questions regarding this requirement may be submitted to Blasia McGee, at bhornsby@bop.gov. (Normal working hours are 6:00am - 4:30pm CST, Monday - Thursday.)

All pricing must be good for 30 days beyond anticipated award date.  This includes shipping as FOB Destination.

Unless the Government indicates otherwise within a particular line-item description, each Bidder shall include in their RFQ Response, individual pricing for each line item(s) they are able to provide in order to be considered for award (i.e., Do not use the "included in another line item" function when pricing each line item.) Only quote on those items specified, do not change the item or item description. Do not bid on alternate item or alternate packaging. Failure to comply with this term may result in the Bid being determined to be unacceptable.

Items that do not conform to descriptions found in this Buy will be rejected at the time of delivery, causing a return at the contractor's expense.

Award

The Government reserves the right to make a single award, or multiple awards, to the responsible quoter(s) whose quote(s), conforming to the solicitation, is considered to be most advantageous to the Government, with price being considered.  Past performance will be considered approximately equal in value to price.  The Best Value Determination method will be used to make award for this requirement.  FAR defines “Best Value” as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement.  Please include shipping in all pricing, as FOB Destination. Considerations for this Best Value determination include: 1- Price; 2 – Past Performance, to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; (poor past performance, failure to delivery awarded items in the past, not meeting required specifications, etc.) may result with the vendor’s quote being considered as a non-responsible vendor; 3 – Technically Acceptable Item

Undelivered items are subject to cancellation.  Failure to deliver within the established time frames will be considered as non-conformance under the terms of the contract.

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.