FY26 3rd QTR Kosher/Halal (FCC Pollock)
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), specifically FCC Pollock, LA, is soliciting quotes for FY26 3rd Quarter Kosher and Halal food items. This acquisition is a Total Small Business Set-Aside under NAICS 311999 (All Other Food Manufacturing) with a 700-employee size standard. Offers are requested via RFQ number 15B51926Q00000006. Quotes are due by February 27, 2026, at 10:00 a.m. CST.
Scope of Work
The requirement is for the supply of various Kosher and Halal certified food products for inmates at FCC Pollock, LA. Specific items include:
- Kosher items: Potato Chips, Margarine, Dressing (mayonnaise), Tomato Catsup, Mustard, Peanut Butter, Instant Milk/Smart Milk (all in individual, sealed packages with specific Kosher markings).
- Certified Halal Meat items: Beans and Franks Meal, Chicken Wing Meal, Chicken Cacciatore Meal, Chicken Chow Mein Meal, Turkey Cutlet Meal, Meatloaf Meal, Hawaiian Meatballs Meal, Cheese Omelet Meal, Spanish Omelet Meal. Deliveries will be weekly, with quantities subject to change based on inmate population. All deliveries are FOB Destination to FCC Pollock, 1000 Air Base Road, Pollock, LA 71467.
Contract Details
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price (FFP) Purchase Order (for awards over $15,000) or Government Purchase Card transaction (for awards under $15,000).
- Set-Aside: Total Small Business Set-Aside (FAR 19.104-1).
- NAICS: 311999 (All Other Food Manufacturing)
- Size Standard: 700 employees.
- Applicable FAR: FAR Part 12 for commercial products/services, incorporating numerous FAR and JAR clauses by reference, including deviations.
Submission & Evaluation
Quotes must be submitted via email to Nicasio Garcia (ngarcia@bop.gov). No fax, hand-delivered, or mail-in quotes will be accepted. Quotes must be valid for 30 calendar days after the solicitation closes. Evaluation will be on a line-item basis, with awards made to the responsible Quoter(s) offering the best value to the Government, considering:
- Price
- Past Performance: Demonstrated consistent record of on-time deliveries and accurate/complete orders. Documented instances of late deliveries or recurring issues will be reviewed (e.g., CPARS, customer complaints).
- Technical
Key Dates
- Response Due: February 27, 2026, at 10:00 a.m. Central Standard Time.
- Published Date: February 20, 2026.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) and include their Unique Entity Identifier (UEI) number. All future information, amendments, and awards will be posted on SAM.gov, and interested parties are responsible for monitoring the site.