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 8 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. (See 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, 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)).
Locally Grown Fresh Food Products for DCS Facilities - UPDATED
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
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 358 more rate previews.↓
Point of Contact
Agency & Office
Description
11-20-13 RFI
STATE OF TENNESSEE
DEPARTMENT OF CHILDREN’S SERVICES
REQUEST FOR INFORMATION
FOR
LOCALLY GROWN FRESH FOOD PRODUCTS
FOR DCS FACILITIES
RFI # 35910 -14918
REISSUE : January 15, 2026
1. STATEMENT OF PURPOSE:
The State of Tennessee, Department of Children's Services (DCS) is seeking information from
qualified vendors, particularly Department of Agriculture Pick TN providers, who can supply
locally grown fresh food products including beef, produce, and shelf -stable items to various DCS
facilities across the state.
Information received through this RFI will assist DCS in assessing market conditions, supplier
capabilities, and potential procurement strategies. This RFI does not constitute a solicitation,
does not obligate the State to issue a future solicitation, and will not result in the award of a
contract.
2. BACKGROUND:
The Tennessee Department of Children’s Services operates facilities throughout the state that
provide care and services to children and youth. As part of its commitment to nutrition, food
quality, and support of Tennessee agriculture, DCS is exploring opportunities to source locally
grown fresh food products for use in its facilities.
DCS is particularly interested in understanding the market capabilities of Tennessee -based
producers and distributors, including participants in the Tennessee Department of Agriculture’s
Pick TN Products program. Information gathered through this RFI will be used to evaluate product
availability, geographic coverage, delivery capabilities, certifications, and potential procurement
models.
3. COMMUNICATIONS:
3.1. Please submit your response to this RFI to:
Will Harmon, Sourcing Account Specialist
Will.Harmon@tn.gov
11-20-13 RFI
3.2. Please feel free to contact the Department of Children's Services (DCS) with any questions
regarding this RFI. The main point of contact will be:
Danielle Joseph, Procurement Officer
Department of Children's Services
UBS Tower 12th Floor
315 Deaderick St. Nashville, TN, 37243
Danielle.Joseph@tn.gov
615-360-4328
3.3. Please reference RFI # 35910 -14918 with all communications to this RFI.
4. RFI SCHEDULE OF EVENTS:
Any event, time, or date containing revised or new text is highlighted.
EVENT TIME
(Central Time
Zone) DATE
(all dates are State
business days)
1. RFI Issued
January 15, 2026
2. RFI Response Deadline 2:00 p.m. February 4 , 2026
5. GENERAL INFORMATION:
5.1. Please note that responding to this RFI is not a prerequisite for responding to any future
solicitations related to this project and a response to this RFI will not create any contract
rights. Responses to this RFI will become property of the State.
5.2. The information gathered during this RFI is part of an ongoing procurement. In order to
prevent an unfair advantage among potential respondents, the RFI responses will not be
available until after the completion of evaluation of any responses, proposals, or bids
resulting from a Request for Qualifications, Request for Proposals, Invitation to Bid or other
procurement methods. In the event that the state chooses not to go further in the
procurement process and responses are never evaluated, the responses to the
procurement, including the responses to the RFI, will be considered confidential by the
State.
5.3. The State will not pay for any costs associated with responding to this RFI.
5.4. In the form of one (1) digital document in “PDF” format , a Respondent must submit response to
this RFI .
One (1) original Technical Response paper document labeled:
“RFI # 35910 -14918 RESPONSE ”
11-20-13 RFI
6. INFORMATIONAL FORMS:
The State is requesting the following information from all interested parties. Please use the form
below when preparing your respo nse to this RFI.
RFI # 35910 -14918
TECHNICAL INFORMATIONAL FORM
1. RESPONDENT LEGAL ENTITY NAME:
2. RESPONDENT CONTACT PERSON:
Name, Title:
Address:
Phone Number:
Email:
3. SOMERVILLE FACILITY
a. Are you regionally situated to provide locally grown fresh food products to the DCS facility in
Somerville, Tennessee? If yes, what products can you provide?
b. Please list seasonal availability by month, estimated weekly quantities, and standard
packaging sizes.
4. GEOGRAPHIC COVERAGE
a. In which county or counties in Tennessee is your growing operation located?
b. In which county or counties is your distribution facility located?
c. Are you able to supply products to other DCS facilities statewide? If so, please identify the
counties served .
5. BEEF PRODUCTS
a. Identify all beef products offered, including lean-to-fat ratios for ground beef. List of USDA
grades available.
b. Identify seasonal availability by month and estimated weekly quantities.
c. Describe standard packaging sizes.
6. FRESH PRODUCE
a. Identify fresh produce items offered.
b. Indicate whether products are grown locally or regionally.
c. Provide seasonal availability, estimated weekly quantities, and packaging sizes.
d. Describe any pre-washed, pre-cut, or ready -to-serve options.
e. Explain handling and storage practices used to maintain freshness.
7. SHELF -STABLE PRODUCTS
a. Identify any shelf -stable locally grown food products offered.
11-20-13 RFI
b. Provide shelf life, packaging details, shipping options, and pricing methodology for shipping.
c. Identify seasonal availability and weekly quantities.
8. DELIVERY CAPABILITIES (OPTIONAL)
a. Although delivery is not required, please indicate whether delivery is offered.
b. If delivery is available, describe mileage radius, delivery fees, tracking, and confirmation
processes
9. CERTIFICATIONS AND AGRICULTURAL PRACTICES
a. Identify USDA or third-party certifications held.
b. Confirm participation in the Pick TN Products program, if applicable.
c. Indicate availability of organic, hormone -free, or antibiotic -free products.
d. Describe Good Agricultural Practices (GAP) followed.
e. Identify insurance coverage held and attach relevant certifications, if available
10. GENERAL VENDOR INFORMATION
a. Company history and years of experience supplying fresh food products.
b. Geographic areas currently served.
c. Experience with public -sector or government contracts.
d. Product categories supplied and ability to support multiple categories.
e. Minimum order quantities and delivery frequency options.
f. Food safety, quality control, recall, and temperature -control procedures.
g. Lead times, emergency order capabilities, and delivery scheduling practices.
h. Packaging, labeling, and handling standards.
i. Typical pricing models and approaches to managing market price fluctuations.
j. Ability to support multiple facilities under a single contract, if applicable.
k. Registration in SAM.gov or possession of a DUNS/UEI number.
COST INFORMATIONAL FORM
1. Describe what pricing units you typically utilize for similar services or goods (e.g., per hour, each,
etc.
2. Describe the typical price range for similar services or goods
11-20-13 RFI
ADDITIONAL CONSIDERATIONS
1. Please provide input on alternative approaches or additional things to consider that might benefit
the State
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The State of Tennessee's Department of Children's Services (DCS) has issued an RFI for locally grown fresh food products, with a focus on beef, produce, and shelf-stable items to be supplied to its facilities statewide. This RFI, numbered 35910-14918, will be released on January 15, 2026, with responses due by February 4, 2026. Vendors, particularly those involved in the Tennessee Department of Agriculture’s Pick TN Products program, are encouraged to participate to provide insights into market capabilities and procurement strategies.
The DCS is seeking to assess the market for locally sourced fresh food products to enhance nutrition and support local agriculture across its facilities in Tennessee.
- Vendors supplying locally grown fresh food products in Tennessee.
- Participants in the Pick TN Products program.
- Companies with experience in fulfilling public sector food contracts.
- Submit a response in PDF and an original paper document by the deadline.
- Provide detailed information about product offerings, including seasonal availability and geographic coverage.
- Include certifications and quality control processes for food safety and supply.
- List delivery capabilities and associated costs, if applicable.
- Describe the company's experience and previous work with public sector contracts.
- Digital document in PDF format.
- One original technical response paper document labeled as required.
- Completed informational forms as specified in the RFI.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Responses will become property of the State.
- No reimbursement for RFI response costs will be provided.
- Responses will be confidential until the evaluation process is complete.
- Detail pricing units typically used for similar services.
- Provide a typical price range for offered goods.
- Partner with local agricultural cooperatives to strengthen supply chains.
- Consider teaming with distributors that have established relationships with DCS.
- Potential for limited market participation if local producers are few.
- Risks related to timely delivery and product quality based on seasonal availability.
- Uncertainty around the continuation of procurement processes following the RFI.
- What are the specific needs and expectations of DCS regarding food delivery schedules?
- Are there preferred suppliers already in mind that may influence future solicitations?
- What are the long-term goals for sourcing food for DCS facilities?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- No current date provided for the posting of the RFI.
- Specific details on the number and locations of DCS facilities are missing.
- There is no information on the shelf-stable food products being sought.
- Pricing methodologies were not specified in detail.
- Supply chain logistics and expected lead times are unclear.
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.