FOOD 2ND QTR FY26
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.
This is a pre-solicitation for commercial items prepared in accordance with the format in Sub-part 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued
The Federal Bureau of Prisons, Federal Correctional Institution, Morgantown, WV intends to issue solicitation 15B11326Q00000002 for the requirement of Subsistence and Certified Kosher Food for the 2ND Quarter of fiscal year 2026. This solicitation is restricted to 100% Small Business Concerns, FOB Destination. Delivery dates will begin on JANUARY 2, 2026, through JANUARY 16, 2026. Deliveries will be made to the Federal Correctional Institution, Warehouse, and 446 Greenbag Road, Morgantown, WV 26501. The contract type is firm-fixed price. The Government will award the offeror responsible whose offer conforms to the solicitation and is most advantageous to the Government. Past performance and price will be considered with price being rated higher than past performance. The solicitation will be available on or after DECEMBER 8, 2025, and will be distributed solely through the General Services Administration’s Federal Business Opportunities website www.beta.sam.gov. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. Quotes shall be received on or before DECEMBER 11, 2025, 16:00 PM, eastern time. Quotes MUST be submitted via e-mail ONLY to bkeifer@bop.gov Quotes faxed, mailed through USPS, FEDEX, or any other physical type of mail WILL NOT BE CONSIDERED. Only electronic forms by e-mail will be accepted. Payment will be made using Electronic Funds Transfer (EFT). The FAR requires all contractors seeking to do business with the Government to register on the System for Award Management (SAM) database and recommends On-Line Representations and Certification Application. Instructions for registration in the SAM can be found at www.sam.gov. Failure to register in SAM, or the SAM account is “Inactive”, or if you are “Excluded”, your bid will not be considered. Faith-based and Community-based organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. The anticipated award date is DECEMBER 22-31, 2025.
The following apply to this acquisition: The provisions are following: 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offers-Commercial; 52.212-2, Evaluation -Commercial Items-Price; 52.212-3, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 & 52.212-5 ALT I, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items.