U.S. Department of Justice Federal Bureau of Prisons Federal Correctional Institution (FCI), Thomson
1100 One Mile Road Thomson, IL 61285
May 16, 2025
(i) This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 15B41925Q00000004. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular FAC 2025-03.
(iv) This solicitation is being issued as total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees.
(v) The following items are required
Various Subsistence items for the Federal Correctional Institution Thomson, Illinois, as detailed in
Attachment A – BRQ 15B41925Q00000004
(vi) This solicitation is expected to result in the single award, or multiple awards, of a firm-fixed price contract(s) for various subsistence items.
(vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING JULY 1, 2025, AND ENDING
JULY 15, 2025, BETWEEN THE HOURS OF 6:30AM EASTERN STANDARD TIME(EST) – 1:30PM EST. NO DELIVERY ON HOLIDAYS OR WEEKENDS. ANY QUESTIONS REGARD DELIVER CONTACT THE FOOD SERVICE ADMINISTRATOR AT 815-259-1066.
All deliveries must be pelletized. All frozen, perishable foods must be delivered between 34 degrees F to 40 degrees F. All frozen foods must be delivered at 0 degrees F or below. Any products that indicate prior thawing will be refused. Vendors who fail to meet delivery schedules or specification may be removed indefinitely from future solicitations for bids.
FCI Thomson
1100 One Mile Road Thomson, IL 61285
(viii) FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. References to offer and offeror are hereby changed to quote and quoter respectively.
(ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.
(1) Price - The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; and
(2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor.
(x) FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023)
(x) FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) must be submitted with quote.
(xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023), is applicable to this acquisition.
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025), to include the below, are applicable to this acquisition.
(b)
X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712)
X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)
(Pub. L. 109-282) (31 U.S.C. 6101 note).
X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328).
X (12) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note)
X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
X (26) (i) 52.219-28, Post Award Small Business Program Re-representation (JAN 2025) (15 U.S.C. 632(a)(2)).
X (31) 52.222-3 Convict Labor (June 2003) (E.O. 11755).
X (33) 52.222-21 Prohibition of Segregated Facilities (Apr 2015).
X (34) (i) 52.222-26 Equal Opportunity (Sept 2016) (E.O.11246).
X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a).
X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
X (55) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513).
X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332).
(c)
X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792).
(xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference:
Provisions
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017)
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
Clauses
FAR 52.204-13 System for Award Management (Oct 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
DOJ-02 – Contractor Privacy Requirements (JAN 2022)
DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007)
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Ashleigh Maike, Procurement & Property Specialist, by email to amaike@bop.gov.
(xiv) Not applicable to this solicitation.
(xv) The completed solicitation package must be returned no later than 4:00 p.m. Central Standard Time on May 23, 2025. The anticipated award date is on or about June 16, 2025.
(xvi) Vendors shall submit quotes utilizing the BRQ 15B41925Q00000004 .pdf format to Ashleigh Maike, Procurement & Property Specialist, by email to amaike@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 30 calendar days after close.
Please ensure all information requested is included. Information will be posted to the General Services Administration, Contract Opportunities: SAM.gov | Contract Opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FCI Thomson) to respond. Questions must be submitted by email only, amaike@bop.gov . No phone calls please.