FCC Lompoc & FCC Victorville - Ground Beef Products
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Bureau of Prisons (BOP) Field Acquisition Office (FAO) intends to procure Ground Beef Products for the Western Regional Office, specifically for FCC Lompoc, CA and FCC Victorville, CA. This presolicitation is designated as a Total Small Business Set-Aside. Quotes will be solicited directly from vendors via email, with an anticipated award date around March 5, 2026.
Scope of Work
The requirement is for two types of ground beef products:
- 45,000 lbs of Meats, Beef, Ground, 80% Lean, IMPS 136, delivered frozen.
- 40,000 lbs of Meats, Beef, Ground, Patties, IMPS 1136, 80% Lean, Frozen, Round in Shape, Individually Quick Frozen. Deliveries will be FOB Destination to both FCC Lompoc and FCC Victorville.
Contract & Timeline
- Opportunity Type: Presolicitation
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated Award Date: On or around March 5, 2026
- Published Date: February 20, 2026
- Interested Vendor Response Date: March 3, 2026, 4:00 PM UTC
Evaluation
Quotes will be evaluated based on price, technical compliance (including specification conformance and product offering), and past performance.
Additional Notes
This is a presolicitation notice and not a Request for Quotation (RFQ). Interested vendors are encouraged to add their SAM.gov information to the "Interested Vendors" section by the response date for future subsistence requirements. Quotes will be solicited directly from vendors via email in accordance with FAR 12.201-1(c)(2) (DEV NOV 2025).