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.
The Bureau of Prisons, Field Acquisition Office intends to make line-item purchase order awards for the provision of Various Food Items to be supplied to the Federal Prison Camp located in Duluth, Minnesota (FPC). General information about Bureau facilities is available at www.bop.gov
(ii) The solicitation number is 15B40225Q00000003. 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 2025-04.
(iv) This solicitation is issued as total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees.
(v) Vendors are invited to review and submit quoted prices (using attached RFQ Attachment 001) for any/all food items that vendor is capable of supplying to FPC Duluth. Resultant Awards are expected to be made by June 25th.
(vi) See RFQ Attachment 001 for requirements specifications of each line item.
(vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING JULY 1, 2025, AND ENDING
JULY 18, 2025, BETWEEN THE HOURS OF 6:30AM EASTERN STANDARD TIME(EST) – 1:30PM EST.
NO DELIVERY ON FEDERAL HOLIDAYS OR WEEKENDS. ANY QUESTIONS REGARD DELIVERY MAY BE DIRECTED TO THE FPC DULUTH FOOD SERVICE ADMINISTRATOR AT 218-249-7394.
All deliveries must be palletized. 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
Federal Bureau of Prisons
FPC DULUTH
4464 RALSTON DRIVE
DULUTH, MN 55811
(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.
Quoters are hereby notified ““System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including: • 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and • Paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
SUBMISSION OF QUOTATIONS:
On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.
(1) Vendor’s 12 character Unique Entity ID Number (UEI)
(2) Point of Contact information of Company representative
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the System for Award Management record at www.sam.gov.
(4) Quote prices (using attached RFQ Attachment 001) for any/all food items that contractor is capable of supplying to FPC Duluth.
(ix) Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. All items must conform to line-item descriptions derived from the current Bureau of Prisons National Menu Specifications. Any quotes for items that do not conform to stated specifications may not be considered for award. The Government intends to evaluate quotes considering price, past performance, product offering (quoters should identify manufacturer/supplier). Award will be offered to the quoter whose quote is considered most advantageous to the government. Award will be made in accordance with FAR 52.212-1(g).
(x) 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025)
(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) (Deviation FEB 2025). Resultant awards will be subject to all pertinent clauses incorporated within that may be applicable to this acquisition.
(xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference:
Provisions
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
Clauses
FAR 52.204-13 System for Award Management (Oct 2018)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
DOJ-02 – Contractor Privacy Requirements (JAN 2022)
2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation) (NOV 2020)
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR. Full text copies of any clause may be requested in writing from the Contracting Officer.
(xiv) Not applicable to this solicitation.
(xv) Quotes and questions must be submitted via email to Omari Fennell, Contract Specialist at ofennell@bop.gov . Emailed quotes must be sent in .pdf format only to include the following in your subject line: Quote submitted in response to 15B40225Q00000003, FY25 Q4 Food Items- FPC Duluth. Quotes must include all required information and must be received no later than 2:00pm Central time on Monday, June 16, 2025.
(xvi) Questions regarding this requirement may be directed in writing to Omari Fennell, Contract Specialist at ofennell@bop.gov by noon Central time, Friday June 13, 2025.
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.