FCI Leavenworth QTR 3 Kosher/Halal
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 Prison System / Bureau of Prisons (FCI Leavenworth) has issued an Award Decision Memorandum for the Fiscal Year 26, Quarter 3 Kosher and Halal Food Requirements. This acquisition was conducted as a Total Small Business Set-Aside under NAICS code 311999 (700 employees size standard). The government intends to make multiple awards based on best value, primarily determined by price per line item.
Scope of Work
This requirement covers the provision of Kosher and Halal food items for FCI Leavenworth for Quarter 3 of Fiscal Year 26.
Contract & Timeline
- Type: Award Decision Memorandum (leading to multiple awards)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 311999 (All Other Miscellaneous Food Manufacturing)
- Published: March 9, 2026
- Place of Performance: Leavenworth, KS
Evaluation Factors
Award decisions were based on two primary factors:
- Price: Quoters' proposed prices were evaluated for fairness and reasonableness.
- Past Performance (Go/No-Go): Evaluated based on:
- Timeliness of Deliveries: Consistent record of on-time deliveries. Substantial delays resulted in a "No-Go."
- Order Accuracy and Completeness: Track record of delivering complete and accurate orders. Patterns of incomplete or inaccurate deliveries resulted in a "No-Go."
- All eligible vendors received a "Go" rating for past performance.
Best Value Analysis
Since all vendors met the small business size and past performance criteria, the best value determination was based on price. Multiple awards will be made per line item, with each vendor being selected for the line items where they offered the best value.
Responsibility Determination
All vendors were determined to be responsible prospective contractors, meeting requirements for adequate financial resources, ability to comply with delivery schedules (30-day ARO), satisfactory performance records, necessary organization, experience, technical skills for a one-time food delivery, and necessary equipment/facilities.