FCI Williamsburg FY26 Q4 Dairy Requirements
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, FCI Williamsburg, is soliciting quotations for its FY26 Q4 Dairy Requirements in Salters, SC. This is a combined synopsis/solicitation (RFQ) for commercial dairy products and services, with weekly deliveries scheduled from July 6, 2026, through September 30, 2026. This acquisition is a 100% Women-Owned Small Business (WOSB) set-aside. Quotations are due by May 27, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for the supply of various dairy products, including whole milk (in 16 fl oz and 5-gallon containers), sour cream (5-pound), and cottage cheese (5-pound). Products must comply with specific quality standards, such as 21 CFR §131.110 for milk and a minimum 60-day shelf life for cottage cheese. Estimated quantities are provided in the specifications.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: Weekly deliveries from July 6, 2026, to September 30, 2026.
- Set-Aside: 100% Women-Owned Small Business (WOSB).
- NAICS Code: 424430 (Dairy Product Merchant Wholesalers) with a 200-employee size standard.
- Delivery Terms: FOB Destination, to FCI Williamsburg Warehouse, 8301 U.S. Hwy 521, Salters, SC 29590.
- Payment: Government purchase card for orders under $15,000; purchase order (EFT) for orders $15,000.01 and above.
Submission & Evaluation
- Quotation Due Date: May 27, 2026, at 2:00 PM EST.
- Submission Instructions: Complete Section 17a of Standard Form 1449 (including Company Name, Phone, Point of Contact, and UEI). Pricing must be entered on the attached specification sheet with no more than four decimal points. Quotations can be emailed or hand-delivered.
- Evaluation Criteria: Award will be based on best value to the government, considering past performance and price, with past performance being most important. The Government may utilize references and other available sources for past performance evaluation.
Delivery Requirements
Weekly deliveries are required Monday-Friday, 8:00 AM - 12:00 PM EST (First-Come, First-Served). Deliveries must be palletized (48" x 40" standard pallets), include itemized inventory, and maintain a minimum 90-day shelf life for all food items. Strict temperature controls are mandated for perishables and frozen goods. Compliance with BOP National Menu Specifications is mandatory. Delivery scheduling contact is Dane Webb (dwebb2@bop.gov).
Important Notes
This is a combined synopsis/solicitation; a separate written solicitation will not be issued. Key FAR clauses (e.g., 52.212-1, 52.212-2, 52.212-4, 52.219-1, 52.222-50, 52.222-90, 52.225-1) are incorporated by reference, with some noted deviations. All questions must be submitted via email to WIL-Contracting@bop.gov. Interested parties are responsible for monitoring sam.gov for any future updates or amendments.