FCI Otisville 3rd qtr Bread items
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 U.S. Department of Justice, Federal Bureau of Prisons, FCI Otisville has issued a Request for Quotation (RFQ) for 3rd quarter bread items. This is a combined synopsis/solicitation for commercial products. The acquisition is a Total Small Business Set-Aside. Quotes are due by March 3rd, 2026, at 12:00 p.m. Eastern Standard Time.
Scope of Work
This opportunity requires the weekly delivery of various bread items to FCI Otisville. Deliveries are anticipated twice a week, specifically on Tuesdays and Thursdays, and must be completed before 1:00 p.m. on those days when an order is placed. The delivery point is Freight on Board (FOB) to FCI Otisville, 2 Mile Drive, Otisville NY 10963. Detailed descriptions of items, quantities, and units of measure are provided in the attached requirements worksheets.
Contract Details
This will result in multiple Firm-Fixed Price (FFP) awards. Awards with a total value over $15,000 will be issued via Purchase Order, while those under $15,000 will be processed using a Government Purchase Card transaction. Quotes must remain valid for 30 calendar days after the solicitation's closing date.
Set-Aside
This acquisition is a Total Small Business Set-Aside. The applicable NAICS code is 112120, with a small business size standard of 700 employees. The Product Service Code is 8920 (Bakery And Cereal Products).
Evaluation Criteria
The Government anticipates making multiple awards based on pricing per line item, selecting the responsible Quoter(s) whose quote conforms to requirements and offers the best value. Evaluation factors include:
- Price: Assessed for fairness and reasonableness.
- Past Performance (Go/No-Go): Evaluated on a Go/No-Go basis, focusing on:
- Timeliness of Deliveries: Consistent record of on-time deliveries. Substantial delays will result in a "No-Go."
- Order Accuracy and Completeness: Track record of delivering complete and accurate orders. Recurring issues will result in a "No-Go." Only Quoters receiving a "Go" rating for past performance will be considered for award.
Submission & Contact
Quotes must be submitted via email only to Daniel Sabo, Contract Specialist, at dsabo@bop.gov. No fax, hand-delivered, or mail-in quotes will be accepted. Vendors are advised to thoroughly read the solicitation, cover letter, quote sheet, clauses, provisions, and delivery schedule, as responses will not be provided for questions already addressed in these documents.
Additional Notes
This solicitation incorporates various FAR provisions and clauses by reference, including FAR 52.212-1, 52.212-2, and 52.212-4 (with deviations). Vendors must be registered in the System for Award Management (SAM). All future information, amendments, and awards will be posted on www.sam.gov; interested parties are responsible for monitoring the site.