FCI Bastrop 2Q FY-2026 Milk Requirement

SOL #: 15B50126Q00000008Combined Synopsis/Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
FAO
GRAND PRAIRIE, TX, 75051, United States

Place of Performance

TX

NAICS

All Other Miscellaneous Food Manufacturing (311999)

PSC

Food, Oils And Fats (8945)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Nov 25, 2025
3
Submission Deadline
Dec 8, 2025, 3:00 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.

 U.S. Department of Justice

Federal Bureau of Prisons

Field Acquisition Office

On Behalf Of

Federal Correctional Institution, Bastrop

This document is a combined synopsis/solicitation and constitutes the formal Request for Quotation (RFQ) 15B50126Q00000008, seeking offers for the supply of milk to the Federal Correctional Institute (FCI) Bastrop. This announcement is prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12 , and it is the only solicitation that will be issued; a separate written solicitation will not be provided.

This solicitation incorporates provisions and clauses by reference. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. To view all available rewritten FAR Parts and agency deviations, visit Revolutionary FAR Overhaul.

(i) Action Code and Solicitation Number

  • Action Code: Combined Synopsis/Solicitation
  • Solicitation Number: 15B50126Q00000008
  • Response Due Date: December 8th, 2025, by 10:00 a.m. Eastern Standard Time (EST)
  • NAICS Code: 311999 (All Other Miscellaneous Food Manufacturing)
  • Contracting Office: U.S. Department of Justice, Federal Bureau of Prisons, Field Acquisition Office, on behalf of FCI Bastrop

(ii) Line Items and Quantities

Specific line-item numbers, items, quantities, and units of measure are provided in the attached requirements worksheets, which are an integral part of this solicitation package.

(iii) Description of Requirements

The U.S. Department of Justice requires subsistence items (milk) for FCI Bastrop. Full requirements, including specific descriptions of items, quantities, and units of measure, are detailed in the attached requirements worksheets.

(iv) Delivery and Acceptance

  • Delivery Dates: Deliveries are required every week on Tuesday, commencing January 6, 2026.
  • F.O.B. Point: Freight on Board destination.
  • Delivery Address:
    FCI Bastrop
    1341 Highway 95 North
    Bastrop, TX 78602

(v) Solicitation Provisions

This acquisition is Unrestricted for small business concerns. The full text of applicable provisions and clauses may be accessed electronically on the Acquisition.gov website.

The following FAR provisions apply to this acquisition:

  • FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023) (DEVIATION NOV 2025), applies to this acquisition. (see 12.205(a)).
  • FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (NOV 2021) (DEVIATION NOV 2025)
  • 52.204-7, System for Award Management—Registration
  • 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
  • 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation
  • 52.225-2, Buy American Certificate
  • 52.229-11, Tax on Certain Foreign Procurements—Notice and Representation

Evaluation Factors:

The Government intends to make multiple awards based on pricing per line item to the responsible Quoter(s) providing the best value. Evaluation factors are: (1) Price (fair and reasonable); (2) Past Performance (Go/No-Go basis). Only offerors receiving a "Go" rating for past performance (based on timeliness and order accuracy) will be considered for award.

(vi) Contract Clauses

The following FAR and agency-specific clauses apply to this acquisition:

  • 52.212-4, Terms and Conditions—Commercial Products and Commercial Services
  • 52.203-17, Contractor Employee Whistleblower Rights
  • 52.203-19, Prohibition on Requiring Internal Confidentiality Agreements
  • 52.204-13, System for Award Management – Maintenance
  • 52.209-6, Protecting the Government’s Interest When Subcontracting with Debarred/Suspended Contractors
  • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
  • 52.219-6, Small Business Set-Aside
  • 52.222-3, Convict Labor
  • 52.222-19, Child Labor—Cooperation with Authorities and Remedies
  • 52.222-35, Equal Opportunity for Veterans
  • 52.222-36, Equal Opportunity for Workers with Disabilities
  • 52.222-37, Employment Reports on Veterans
  • 52.222-50, Combating Trafficking in Persons
  • 52.225-1, Buy American-Supplies
  • 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
  • 52.232-33, Payment by Electronic Funds Transfer—System for Award Management
  • 52.232-36, Payment by Third Party
  • 52.233-3, Protest After Award
  • 52.233-4, Applicable Law for Breach of Contract Claim
  • JAR 2852.212-4, Contract Terms and Conditions, Commercial Items (Deviation)
  • DOJ-08, Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (Deviation)
  • System updates may lag policy updates.  The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation.  Contracting Officers will rely on representations from offers based on provisions in the solicitation.  Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
  • FAR provisions and clauses utilize the RFO Part 52 model deviation text available at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52.

(vii) Offer Submission and Point of Contact

The completed solicitation package must be returned no later than 10:00 a.m. EST on November 21, 2025.

Vendors shall submit quotes only to the following point of contact via email:

  • Point of Contact: Magdeline Mirabal-Lopez, Contracting Officer
  • Email: mmirabal@bop.gov

No fax, hand-delivered, or mail-in quotes will be accepted. Quotes must be valid for 60 calendar days after the solicitation closes. Offerors are responsible for reading all solicitation documents; inquiries regarding information already provided in the documents will not receive a response.

(viii) Additional Information

All responsible sources may submit a quotation for consideration. All future information, amendments, awards, and cancellations related to this acquisition will be posted to the official U.S. government website for procurement information on SAM.gov. Interested parties are responsible for monitoring this site.

Awards over the Micro Purchase Threshold of $15,000 will result in a Firm-Fixed Price (FFP) Purchase Order requiring contractor signature acceptance within 48 hours of delivery. Awards under $15,000 will be FFP Government Purchase Card transactions.

Entities must be registered in the System for Award Management (SAM). Information on how to register and manage your entity can be found on the official SAM.gov website.

People

Points of Contact

Magdeline MirabalPRIMARY
Johnathan JonesSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Nov 25, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Nov 24, 2025
FCI Bastrop 2Q FY-2026 Milk Requirement | GovScope