Skip to content
Department of Justice

FPC ALDERSON FY26 FOOD SERVICE QTR3 DAIRY

Solicitation: 15B10126Q00000009
Notice ID: e87af5a354d540c2b0826e911ec56e0e

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: WV. Response deadline: Feb 20, 2026. Industry: NAICS 311991 • PSC 8910.

Market snapshot

Awarded-market signal for NAICS 311991 (last 12 months), benchmarked to sector 31.

12-month awarded value
$265,863,559
Sector total $966,158,283 • Share 27.5%
Live
Median
$784,346
P10–P90
$318,056$88,800,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
27.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($265,863,559)
Deal sizing
$784,346 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 WV
Live POP
Place of performance
West Virginia • 24910 United States
State: WV
Contracting office
Alderson, WV • 24910 USA

Point of Contact

Name
Ashley Tabor
Email
atabor@bop.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FPC ALDERSON
Office
Not available
Contracting Office Address
Alderson, WV
24910 USA

More in NAICS 311991

Description

U.S. Department of Justice Federal

Bureau of Prisons

Federal Prison Camp (FPC)

Alderson, WV 24910

February 6, 2026

(i)            This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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.

(ii)           The solicitation number is 15B10126Q00000009. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.

(iii)         The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-06.

(iv)          This solicitation is being issued as total small business set-aside. The NAICS for this requirement is 311991 with a size standard of 700 employees. PSC 8910.

(v)           The following items are required

Various Subsistence items for the Federal Prison Camp, Alderson, West Virginia, as detailed in Attachment A – National Menu Specifications Quote Sheet.

(vi)          This solicitation will result in a single award of a firm-fixed price contract for dairy items.

(vii)        TERMS OF WEEKLY DELIVERY ARE F.O.B. DESTINATION BEGINNING APRIL 1, 2026 AND ENDING JUNE 30, 2026, BETWEEN THE HOURS OF 7:00 AM – 10:00 AM AND WILL RESUME 12:00 PM - 2:00 PM EASTERN STANDARD TIME(EST). NO DELIVERY ON HOLIDAY'S OR WEEKENDS.

Federal Prison Camp, Alderson

Glen Ray Road

Alderson, WV 24910

(viii)       FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively.

(ix)          Award will be made by trade-ff method to the responsible Quoter 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; and

(2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor.

(x)           FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote.

(xi)          FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition.

(xii)        FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2024), to include the below, are applicable to this acquisition.

(b)

X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).

X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328).

X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note)

X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).

X (26) (i) 52.219-28, Post Award Small Business Program Re-representation (FEB 2024) (15 U.S.C. 632(a)(2)).

X (31) 52.222-3 Convict Labor (June 2003).

X (33) 52.222-21 Prohibition of Segregated Facilities (Apr 2015).

X (34) (i) 52.222-26 Equal Opportunity (Sept 2016) (E.O.11246).

X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)

X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a).

X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)

X (55) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513).

X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332).

(c)

X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792).

(xiii)       The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017)

FAR 52.204-7 System for Award Management (Oct 2018)

FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

Clauses

FAR 52.204-13 System for Award Management (Oct 2018)

FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)

FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR

52.232-18 Availability of Funds for the Next Fiscal Year. (APR 1984)

FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) DOJ-02 – Contractor Privacy Requirements (JAN 2022)

DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007)

The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting A. Tabor, PPS, by email to atabor@bop.gov (xiv) Not applicable to this solicitation.

(xv)         The completed solicitation package must be returned no later than 8:00 a.m. Eastern Daylight Time on FEBUARY 20, 2026.

(xvi)        Vendors shall submit quotes in .pdf format to Ashley Tabor, Procurement and Property Specialist, by email to atabor@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 30 calendar days after close.

Please ensure all information requested is included. Information will be posted to the General

Services Administration, Contract Opportunities: SAM.gov | Contract Opportunities. All future

information about this acquisition, including amendments, 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.

***Question Submission: Interested quoters must submit any questions concerning the solicitation

at the earliest time possible to enable the Buyer (FPC Alderson) to respond. Questions must be

submitted by email only, atabor@bop.gov. No phone calls please.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Federal Bureau of Prisons is seeking proposals for a firm-fixed price contract for dairy items for the Federal Prison Camp in Alderson, WV, with a response deadline of February 20, 2026. This combined synopsis/solicitation falls under NAICS code 311991 and is a total small business set-aside. Weekly deliveries are scheduled to begin on April 1, 2026, and will continue through June 30, 2026, during specific delivery hours excluding holidays and weekends.

What the buyer is trying to do

The buyer, Federal Prison Camp Alderson, is looking to procure various dairy subsistence items for their facility, ensuring a consistent supply for inmates during the specified delivery period.

Work breakdown
  • Review the combined synopsis/solicitation details.
  • Prepare a price quote based on the National Menu Specifications attached in the solicitation.
  • Include past performance information detailing similar contracts.
  • Ensure compliance with applicable FAR provisions and clauses.
  • Submit the quote in .pdf format via email to the specified contact.
Response package checklist
  • Completed price quote in .pdf format.
  • Past performance information document.
  • Compliance with FAR 52.212-3 and FAR 52.212-4.
  • Confirmation of delivery capability within the specified timeframe.
Suggested keywords
FPC Aldersondairy procurementsmall business set-asideFAR compliancefirm-fixed price contract
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific details of required dairy products in Attachment A.
  • Historical pricing for similar contracts to benchmark against proposed prices.
  • Delivery methods and logistics requirements beyond standard hours mentioned.

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.