FCC Yazoo City FY 26 Training Ammunition
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 Federal Bureau of Prisons (BOP), Federal Correctional Complex (FCC) Yazoo City, MS, is soliciting bids for the acquisition of training ammunition. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The government intends to award a contract to a responsible vendor submitting a Lowest Priced, Technically Acceptable (LPTA) quote. Proposals are due by May 15, 2026, at 5:00 PM CT.
Scope of Work
This opportunity requires the provision of new manufacture training ammunition, specifically:
- 4,000 rounds of Federal Power-Shok 12 Gauge Ammunition
- 50,000 rounds of 9mm Luger 115gr FMJ - Federal American Eagle
- 47,500 rounds of Federal American Eagle 223 Remington Ammunition
- 6 cases of 308 Winchester 168 grain A MAX Hornady BLACK Bidders must supply the exact brand name and part number specified; no substitutions are allowed. All ammunition must be new manufacture, as remanufactured or "reloads" will not be accepted. Standard commercial packaging is required, with bulk pack acceptable if specified. Shipping must be Free On Board (FOB) destination CONUS to 2225 Haley Barbour Pkwy, Yazoo City, MS 39194, with delivery requested "asap after award."
Contract & Timeline
- Type: Combined Synopsis/Solicitation (leading to a Purchase Order or Delivery Order)
- Set-Aside: Total Small Business
- Proposal Due: May 15, 2026, 5:00 PM CT
- Published: April 28, 2026
- Bid Validity: Bids must remain valid for 60 calendar days after the solicitation closes.
Evaluation & Submission
Award will be made to the responsible vendor(s) whose offer conforms to the solicitation and is considered most advantageous, based on a Lowest Price Technically Acceptable (LPTA) methodology. Past performance will be considered approximately equal in value to price. Incomplete, unreasonable, or unrealistic quotes will not be considered.
Submission Requirements:
- All bids must be completed on the company's bid/quote sheet with no alterations to line items. No handwritten bids/quotes.
- Include shipping in all pricing.
- Email all completed bids/quotes to c3tate@bop.gov. Failure to do so will deem the bid unacceptable.
- SAM.gov Registration: Offerors must be registered in SAM.gov with complete representations and certifications at the time of quotation.
- No partial shipments are permitted unless authorized at award.
- Bidders must review the attached "Terms and Conditions.pdf" and "Bidding Requirements.docx" for full details, including incorporated FAR clauses (e.g., 52.212-4, 52.212-1, 52.212-2, 52.212-3, 52.204-7, 52.204-13) and specific instructions.
- Questions should be submitted to c3tate@bop.gov.