FCI Williamsburg FY26 Q4 Produce 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 4th Quarter Produce Requirements for its facility in Salters, SC, through a Request for Quotation (RFQ). This acquisition is a Total Small Business Set-Aside (NAICS 424480, 100 employees). The contract will be Firm-Fixed Price for weekly deliveries of fresh fruits and vegetables from July 6, 2026, through September 30, 2026. Quotations are due by May 27, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for the procurement of various fresh fruits and vegetables, including but not limited to leaf lettuce, apples, bananas, cabbage, carrots, celery, cilantro, cucumbers, onions, peppers, and potatoes. All produce must meet specific grade, size, and quality standards detailed in the attached specification sheets. Deliveries are FOB Destination to the FCI Williamsburg Warehouse, 8301 U.S. Hwy 521, Salters, SC 29590, between 8:00 AM and 12:00 PM EST, Monday through Friday, excluding federal holidays.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: July 6, 2026 – September 30, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 424480 Fresh Fruit & Veg Merchant Wholesalers, with a 100-employee size standard.
- Award Structure: The Government reserves the right to make a single or multiple awards, based on its best interest.
- Payment: Orders below $15,000.00 will be placed via government purchase card, while orders $15,000.01 and above will be placed via purchase order with payment made via Electronic Funds Transfer (EFT).
Submission & Evaluation
- Quotation Due Date: May 27, 2026, at 2:00 PM EST.
- Submission Instructions: 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. Completed quotations may be emailed or hand-delivered.
- Evaluation Factors: Awards will be based on the best value to the government, considering past performance (most important) and price. Past performance will be evaluated based on recent and relevant similar food supply requirements.
Delivery Requirements (for Awarded Vendors)
- Schedule: Weekly deliveries from July 6, 2026, to September 30, 2026. Vendors must coordinate with the Food Service Warehouse for scheduling.
- Logistics: Palletization on standard 48" x 40" pallets, tightly wrapped. Pallets over 2,000 lbs must be blue or red block pallets. A packing list is required for assorted/mixed pallets, along with an itemized inventory.
- Quality Standards: Minimum 90-day shelf life for all food items. Specific temperature requirements apply: non-frozen perishables (34-41°F), canned goods (>34°F), and frozen foods (0°F or below). Products showing evidence of prior thawing will be refused. Certified religious diet items must be marked with Kosher (OU) or Halal symbols. All items must comply with BOP National Menu Specifications.
- Inspection: Deliveries may be conditionally accepted for up to three days for examination and testing. Items failing specifications will be refused and must be picked up by the vendor within one week of notification.
Points of Contact
For questions, email WIL-Contracting@bop.gov. The primary contacts are Justin Shortt and Christopher Hustad, Contract Specialists, reachable at (843) 387-9400. All future information and amendments will be posted on sam.gov.