FCI Otisville 4th 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 is seeking quotes for Bread Items for the 4th quarter of Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity to supply various bakery products to the FCI Otisville facility. Multiple awards are anticipated based on best value, considering price and past performance. Quotes are due by May 22, 2026, at 12:00 p.m. EST.
Scope of Work
This Request for Quotation (RFQ) covers the supply of several bakery items, including:
- Enriched Finger Rolls (Hot Dog Rolls): Estimated 18,000 EA
- Sandwich Rolls (Hamburger Rolls): Estimated 28,000 EA
- White, Whole Wheat, or Wheat Loaves: Estimated 185,000 EA
All bread items must be delivered within 48 hours after baking. Deliveries are expected weekly, anticipated twice a week on Tuesdays and occasionally Thursdays, and must be completed before 1:00 p.m. on those days when an order is placed. All items must comply with BOP National Menu Specifications, which vendors must obtain prior to quoting.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Purchase Order (for awards over $15,000) or Government Purchase Card transaction (for awards under $15,000).
- Period of Performance: July 1, 2026 - September 30, 2026.
- Set-Aside: Total Small Business Set-Aside (NAICS 311811, size standard 700 employees).
- Delivery: Freight on Board (FOB) Destination to FCI Otisville, NY.
Delivery Requirements
- Mandatory Appointments: All deliveries require prior scheduling with the Food Service Warehouse. Vendors (not third-party shippers) must coordinate appointments with Keith Travers (kptravers@bop.gov, 845-386-6880) or Caleb Nolan (845-386-6819).
- Schedule: Dry goods Mon-Fri (7:00 a.m. - 2:00 p.m.), frozen products by 1:30 p.m., dairy by 10:00 a.m. Bread and dairy items are on an as-needed basis.
- Packaging: Deliveries must be palletized and accessible by pallet jack; side-loaded pallets are not accepted.
- Quality Control: Items must be within date, meet specific temperature requirements (e.g., non-frozen perishables 34-41°F, frozen 0°F or below), and certified religious diet items must be marked (Kosher/Halal).
- Inspection: Items may be inspected up to three days post-receipt. Failed items must be picked up by the vendor within one week at their expense.
Evaluation Factors
Awards will be made to the responsible Quoter(s) offering the best value to the Government, based on:
- Price: Evaluated for fairness and reasonableness.
- Past Performance: Go/No-Go evaluation based on a consistent record of on-time deliveries and accurate/complete orders. Documented instances of late deliveries or recurring issues will result in a "No-Go" determination.
Submission Requirements
- Quotes Due: May 22, 2026, 12:00 p.m. Eastern Standard Time.
- Submission Method: Email quotes ONLY to Daniel Sabo (dsabo@bop.gov). No fax, hand-delivered, or mail-in quotes will be accepted.
- Quote Validity: Quotes must be valid for 30 calendar days after the solicitation closes.
- Required Documents: Offerors must read the solicitation, cover letter, quote sheet, clauses, provisions, and delivery schedule. All future information, amendments, and awards will be posted on SAM.gov.