FCC HAZELTON FY26 Q3 DAIRY

SOL #: 15B12126Q00000011Combined Synopsis/Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
USP HAZELTON
BRUCETON MILLS, WV, 26525, United States

Place of Performance

Bruceton Mills, WV

NAICS

Dairy Cattle and Milk Production (112120)

PSC

Dairy Foods And Eggs (8910)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Apr 5, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Federal Bureau of Prisons (BOP), Federal Correctional Complex (FCC) Hazelton, located in Bruceton Mills, West Virginia, is soliciting offers for Quarterly Dairy Products for the third quarter of Fiscal Year 2026. This unrestricted opportunity seeks a contractor to provide various dairy items under a Firm Fixed-Price contract. Quotes are due by March 5, 2026, at 12:00 PM EST.

Scope of Work

The contractor will be responsible for supplying a range of dairy products, including:

  • Sour Cream: 5-pound containers (pasteurized, reduced fat, low-fat, no flavor).
  • Milk: 5-gallon containers of pasteurized, nonfat, skim, or fat-free milk (no flavor) for dispensing machines.
  • Cottage Cheese: 5-pound containers (cultured or acidified, low fat, fat-free, unflavored, small or large curd).

Deliveries will be made weekly or bi-weekly to the FCC Hazelton-Warehouse, 1640 Skyview Drive, Bruceton Mills, West Virginia 26525, between April 1, 2026, and June 30, 2026. All deliveries must be palletized unless otherwise arranged and adhere to strict temperature requirements: non-frozen perishables (34-40°F), canned goods (>34°F, not frozen), and frozen foods (0°F or below). Products showing signs of prior thawing will be refused. Certified religious diet items must be marked with the Kosher Symbol and comply with BOP National Menu Specifications. The vendor is also responsible for picking up rejected items within two days of notification.

Contract & Timeline

  • Contract Type: Firm Fixed-Price
  • Set-Aside: Unrestricted
  • NAICS Code: 112120 (Dairy Cattle and Milk Production)
  • Period of Performance/Delivery: April 1, 2026 – June 30, 2026
  • Solicitation Posted: February 20, 2026
  • Quotes Due: March 5, 2026, 12:00 PM EST
  • Anticipated Award Date: March 31, 2026

Submission & Evaluation

Offers must be submitted via email to HAX-ProcurementProp-S@BOP.GOV (with cehall@bop.gov as a backup). Faxed or mailed quotes will not be accepted. A signed SF 1449, including vendor information, is required. Offerors must complete representations and certifications via the Online Representations and Certifications Application (ORCA) per FAR 52.212-3. The Government will award to the responsible offeror(s) whose offer is considered most advantageous, with past performance and price being key evaluation factors.

Additional Notes

Payment will be made using Electronic Funds Transfer (EFT). Faith-Based and Community Based Organizations are encouraged to participate. The point of contact for this solicitation is Charlie Hall, Contract Specialist, at cehall@bop.gov.

People

Points of Contact

Charlie HallPRIMARY

Files

Files

Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View