FCI Williamsburg FY26 Q4 Egg 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 (BOP), FCI Williamsburg, is soliciting quotations for 4th Quarter Egg Requirements for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity for the supply and weekly delivery of U.S. Grade A Medium Shell Eggs to FCI Williamsburg in Salters, SC. Quotations are due by May 27, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for the procurement of an estimated 980 cases of U.S. Grade A, Medium, Whole, Fresh Shell Eggs, packaged 30 dozen per case. Weekly deliveries are required from July 6, 2026, through September 30, 2026. Deliveries must be made to the FCI Williamsburg Warehouse, 8301 U.S. Hwy 521, Salters, SC 29590, Monday through Friday, 8:00 AM - 12:00 PM EST, excluding federal holidays.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 112310 Chicken Egg Production.
- Small Business Size Standard: $19 million.
- Period of Performance: July 1, 2026, to September 30, 2026 (Delivery period: July 6, 2026, to September 30, 2026).
- Place of Performance: FCI Williamsburg, Salters, SC.
- Payment: Orders under $15,000.00 will use a government purchase card; orders $15,000.01 and above will use a purchase order with EFT payment.
Submission & Evaluation
- Response Due: May 27, 2026, at 2:00 PM EST.
- Submission Requirements: Quoters must complete Section 17a of Standard Form 1449, including Company Name, Phone Number, Point of Contact, and Unique Entity ID (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: Best value to the government, with past performance being the most important factor, followed by price. Past performance will be evaluated based on recent and relevant similar food supply requirements.
- Applicable FAR Clauses: Includes 52.212-1, 52.212-2, 52.212-4, 52.219-6, 52.225-1, among others.
Delivery Requirements
- Terms: FOB Destination.
- Logistics: Vendors must coordinate weekly delivery appointments with the Food Service Warehouse. Receiving hours are Monday-Friday, 8:00 AM - 12:00 PM.
- Packaging & Handling: Palletization on standard 48" x 40" pallets, tightly wrapped. Pallets over 2,000 lbs require blue or red block pallets. Itemized inventory and packing lists are required for mixed pallets.
- Product Standards: Minimum 90-day shelf life for food items. Specific temperature ranges for perishables (34-41°F for non-frozen, >34°F for canned, 0°F or below for frozen). Products showing prior thawing will be refused. Certified religious diet items must bear Kosher (OU) or Halal symbols. Compliance with BOP National Menu Specifications is mandatory.
- Inspection & Refusal: Items are subject to inspection; unacceptable items must be picked up by the vendor within one week of notification.
Points of Contact & Questions
- Contract Specialists: Justin Shortt and Christopher Hustad.
- Phone: (843) 387-9400.
- Email for Questions: WIL-Contracting@bop.gov (questions will only be answered via email).
- Delivery Scheduling Contact: Dane Webb (dwebb2@bop.gov) or (843) 387-9722 for driver directions.
- Updates: All future information and amendments will be posted on sam.gov.