SEA 3rd Quarter - National Menu FY2026
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 Seagoville, is soliciting quotes for 3rd Quarter National Menu food items for FY2026. This is a 100% Total Small Business Set-Aside opportunity for the delivery of various food products to FCI Seagoville, TX. Quotes are due by March 16, 2026, at 10:00 AM CST.
Scope of Work
This combined synopsis/solicitation (Request for Quote - RFQ) is for the procurement of a comprehensive list of food supplies for the 3rd Quarter National Menu FY2026. Items include various beans, rice, pasta, canned goods, cereals, meats (beef, chicken, turkey, fish), cheeses, bread products, and other provisions. Specific quantities and detailed specifications for each item are provided in the attached Standard Form 1449, Section 2.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quote - RFQ)
- Solicitation Number: 15B51426Q00000008
- NAICS Code: 311999 (All Other Miscellaneous Food Manufacturing)
- Set-Aside: Total Small Business (100% Small Business Set-Aside)
- Response Due Date: March 16, 2026, at 10:00 AM CST
- Published Date: March 11, 2026
- Place of Performance: FCI Seagoville, 2113 North Highway 175, Seagoville, Texas 75159
- Delivery Expectation: All awarded items expected by April 15, 2026.
Evaluation Factors
Award will be based on past performance, with FCI Seagoville awarding to vendors demonstrating a high past performance record, even if their price is not the lowest (IAW FAR 13.106-2(4)(ii)). Vendors with poor past performance (e.g., failure to deliver, requests to remove/cancel orders, poor quality) may receive a poor rating and their quotes may not be considered best value. Quotes from vendors without poor past performance are considered best value when compared to lower-priced quotes from vendors with poor performance. Items will be awarded individually, and multiple items may be awarded to a single contractor.
Delivery Requirements
All deliveries are F.O.B. destination to FCI Seagoville. Key requirements include:
- Palletization: All deliveries must be palletized (no side-loaded pallets) unless prior arrangements are made.
- Temperature Control: Specific temperature ranges for non-frozen perishables (34-41°F), canned goods (>34°F, not frozen), and frozen foods (0°F or below).
- Inspection: Products are subject to inspection upon receipt and thawing. Any product indicating prior thawing will be refused. Receipt may be conditional for up to five business days for examination.
- Specifications: Contractors must obtain and adhere to BOP National Menu Specifications. Substitutions to line item specifications (e.g., case counts) are prohibited and will not be evaluated.
- Refused Items: Items failing inspection must be picked up by the vendor within one week; otherwise, they will be disposed of.
- Schedule: Deliveries are Monday-Thursday, 8:00 AM – 2:00 PM, by appointment only. No deliveries on weekends or federal holidays. Vendors must coordinate with FCI Seagoville Warehouse staff.
Submission Instructions
Quotes must indicate Solicitation No. 15B51426Q00000008, time specified for receipt, vendor name, address, telephone number, a technical description of quoted items, terms of any warranty, price, and discount terms.
Contact Information
- Primary: Camille Gonzalez (c9gonzalez@bop.gov)
- Secondary: Antwanette Collins (a6collins@bop.gov)
- Delivery Coordination: FSA T. K. Jiles (tjiles@bop.gov) and Warehouse Foreman J. Jones (j51jones@bop.gov)