Loading...
15B62026Q00000009
Response Deadline
May 19, 2026, 7:00 PM(PDT)10 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
U.S. Department of Justice Federal Bureau of Prisons Federal Correctional Institution (FCI) Mendota 33500 W California Ave Mendota, CA 93640.
This is a Combined Synopsis/Solicitation for commercial items. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
The solicitation number is 15B62026Q00000009. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.
The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular FAC 2026-01.
This solicitation is being issued as total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees.
The following items are required SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS items for the Federal Correctional Institution, Mendota, CA, as detailed in the solicitation.
Attachment A- BRQ 15B62026Q00000009
This solicitation is expected to result in the single award, or multiple awards, of a firm-fixed price contract(s) for SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS items.
TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING June 1, AND ENDING
June 15, 2026, BETWEEN THE HOURS OF 6:00AM PACIFIC STANDARD TIME(PST) – 2:00PM PST. NO DELIVERY ON WEEKENDS OR HOLIDAYS. ANY QUESTIONS REGARD DELIVER CONTACT THE FOOD SERVICE ADMINISTRATOR AT (559)274-4000 x4280.
All on-frozen, perishable foods must be delivered between 34 degrees F to 40 degrees F. All frozen foods must be delivered at 0 degrees F or below. Any products that indicate prior thawing will be refused. Vendors who fail to meet delivery schedules or specifications may be removed indefinitely from future solicitations for bids.
FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (NOV 2025) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively.
Award will be made 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.
(3) Technical – In the form of Product Offered (Identify the Product Brand or Manufacturer).
FAR 52. 212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (DEVIATION NOV 2025), is applicable to this acquisition.
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 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2021)
FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications (Aug 2025)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation)
Clauses
FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712)
FAR 52.204-10(DEV) Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Deviation NOV 2025) (Pub. L. 109-282) (31 U.S.C. 6101 note)
FAR 52.204-13(DEV) System for Award Management--Maintenance (Nov 2025)
FAR 52.204-91(DEV), Contractor Identification (DEVIATION Nov 2025)
FAR 52.209-6(DEV) Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, or Voluntarily Excluded (Jan 2025) (DEVIATION NOV 2025)
FAR 52.219-28 (DEV), Post Award Small Business Program Re-representation (JAN 2025) (DEVIATION DEC 2025)
FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (Nov 2020) (DEVIATION DEC 2025).
FAR 52.222-19 (DEV) Child Labor-Cooperation with Authorities and Remedies (Jan 2025) (DEVIATION MAR 2026) (E.O. 13126).
FAR 52.222-3 (DEV) Convict Labor (June 2003) (DEVIATION DEC 2025) (E.O. 11755).
FAR 52.222-90 Addressing DEI Discrimination by Federal Contractors
FAR 52.222-35 (DEV), Equal Opportunity for Veterans (Jun 2020) (DEVIATION DEC 2025) (38 U.S.C. 4212).
FAR 52.222-36 (DEV) Equal Opportunities for Workers with Disabilities (JUN 2020) (DEVIATION DEC 2025) (29 U.S.C. 793)
FAR 52.222-50 (DEV) Combating Trafficking in Persons (OCT 2025) (DEVIATION DEC 2025) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a)
FAR 52.225-1 (DEV) Buy American- Supplies (Oct 2022) (DEVIATION DEC 2025)
FAR 52.226-6 (DEV) Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (DEVIATION AUG 2025) (42 U.S.C. 1792).
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513).
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
FAR 52.232-36 (DEV) Payment by Third Party (May 2014) (DEVIATION NOV 2025) (31 U.S.C.3332).
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
FAR 52.233-1 (DEV) Disputes (May 2014) (DEVIATION NOV 2025)
FAR 52.233-3 (DEV) Protest After Award (Aug 1996) (DEVIATION NOV 2025)
FAR 52.233-4 (DEV) Applicable Law for Breach of Contract Claim (Oct 2004) (DEVIATION NOV 2025)
FAR 52.240-91 (DEV) Security Prohibitions and Exclusions (DEVIATION DEC 2025)
FAR 52.222-90 Addressing DEI Discrimination by Federal Contractors (APR 2026)
FAR 52.240-93 (DEV) Basic Safeguarding of Covered Contractor Information Systems (DEVIATION NOV 2025)
FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR-overhaul or by contacting Fong Heu, Contract Specialist, by email to fheu@bop.gov.
The completed solicitation package must be returned no later than 12:00 p.m. Pacific Standard Time on May 20, 2026. The anticipated award date is on or about May 26, 2026.
Vendors shall submit quotes in .pdf format to Fong Heu, Contract Specialist/Nathan Garcia, Property Procurement Specialist, by email to fheu@bop.gov/n1garcia@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will not be accepted. Quotes MUST be good for 30 calendar days after closing date.
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 (FCI Mendota) to respond. Questions must be submitted by email only, fheu@bop.gov/ n1garcia@bop.gov. No phone calls please.
DEPARTMENT OF JUSTICE
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
FCI MENDOTA
FCI MENDOTA
P.O. BOX 39
MENDOTA, CA, 93640
NAICS
All Other Miscellaneous Food Manufacturing
PSC
FOOD, OILS AND FATS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)