3rd Quarter Food Requirements
Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: SC. Response deadline: Mar 06, 2026. Industry: NAICS 311999 • PSC 8945.
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 products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Please carefully follow all instructions listed below. Failure to comply with the instructions may lead to the exclusion of the quote from consideration.
The Federal Bureau of Prisons, Federal Correctional Institution (FCI) Williamsburg, Salters, South Carolina intends to issue solicitation 15B31626Q00000002 for the requirements of 3rd Quarter Food. The solicitation is issued as a Request for Quote (RFQ). The completed solicitation package must be returned no later than March 06, 2026, at 2:00 p.m. EST.
Terms of Delivery are FOB Destination. All delivered food items must have a minimum remaining shelf life of at least 90 days from the date of delivery, as indicated by the manufacturer’s best-by or use-by date. One time delivery date for all items except bread, dairy, and produce will begin April 1, 2026, through April 17, 2026. Weekly delivery dates for bread, dairy, and produce will begin April 6, 2026, through June 30, 2026. Deliveries will be made to the FCI Williamsburg Warehouse, 8301 U.S. Hwy 521, Salters, SC 29590 between the hours of 8:00AM - 12:00 PM EST Monday – Friday, unless otherwise specified in SOW. The warehouse is closed on all federal holidays.
The contract type is firm-fixed price. The Government reserves the right upon award to make formal single or multiple awards. The Government will award the responsible offeror(s) whose offer, conforming to the solicitation, is the most advantageous to the Government, with past performance and price considered. All future information about this acquisition, including solicitation amendments, will be posted to the System for Award Management (SAM) https://sam.gov. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. As of October 2012, all vendors participating shall be registered and active status in the SAM website, https://sam.gov. All potential offerors are advised that this solicitation includes the clause FAR 52.212-4 (November 2023) for commercial items.
Offerors must include their typed Company Name, Phone Number, Point of Contact, and Unique Entity ID (UEI) number in section 17a on page 1 of their offers. Place bids on the attached specification sheet. All quoted prices shall have a maximum of four decimal points.
All orders will be placed on a government purchase card or purchase order (wherein payment will be made by Electronic Funds Transfer) at the discretion of the Contracting Officer. All Government purchase card transactions are fill or kill. Invoices may be submitted via mail to P.O. Box 220, Salters, SC 29590 or for faster processing of payments, you may e-mail invoices to WIL-Accounting-S@bop.gov.
The point of contact for all information regarding this solicitation is Justin Shortt, Procurement and Property Specialist: 8301 U.S. Highway 521, Salters, SC 29590. Complete offers may be e-mailed or hand delivered. The only format by which questions will be answered will be by e-mail at WIL-Contracting@bop.gov
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.