U.S. Department of Justice
Federal Bureau of Prisons
USP BIG SANDY
August 27, 2025
(i) This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in 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 15B11825Q00000012. 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) The NAICS for this requirement is 311999 with a small business size standard of 700 employees.
This is a total small business set-aside.
(v) The following items are required
- See attached requirements worksheets
(vi) The following items are required
- See attached requirements worksheets
(vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION TO:
USP Big Sandy
1197 Airport Rd
Inez, KY, 41224
Date of delivery is on October 1, 2025 Through October 15, 2025
The delivery date will be from October 1, 2025 Through October 15, 2025, after receipt of the order.
Any subsequent award will require acceptance in the form of a signature by the contractor 48 hours after the signed purchase order has been delivered to the contractor. Food is a vital part of the orderly running of the operation of a Federal Prison. In accordance with FAR 13.004 (b), this contracting officer has determined this acquisition appropriate to require acceptance in writing.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
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;
(2) Past Performance – This evaluation factor is a Go/No Go evaluation.
The Government will evaluate past performance based on the following criteria. Any documented instances of late deliveries or missing items, as well as discussions with other Contracting Officers (COs) about past performance, will be factored into the evaluation process.
The evaluation of past performance will be a Go/No-Go determination as follows:
- Timeliness: The contractor must have a documented history of on-time deliveries. Documentation of late deliveries, including CPARS reports and communications with other COs from previous contracts, will be considered. If there are substantial delays, the contractor will be deemed a "No-Go."
- Completed Orders with No Missing Items: The contractor must have consistently delivered complete orders, with no missing or incorrect items. Discussions with other COs and documented customer complaints or returns due to missing items will be considered. If there is a pattern of missing items from past contracts, the contractor will be deemed a "No-Go.
Awards with total value over the Micro Purchase Threshold of $10,000 will be awarded with a Firm-Fixed Price (FFP) Purchase Order.
Awards with total value under the Micro Purchase Threshold of $10,000 will be awarded with a Firm-Fixed Price (FFP) Government Purchase Card transaction from the local food services department.
(x) 52.212-3, Offeror Representations and Certifications—Commercial Products and
Commercial Services (MAY 2024) (DEVIATION FEB 2025), is applicable to this acquisition.
(xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Items, is applicable to this acquisition.
(xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or
Executive Orders—Commercial Products and Commercial Services (JAN 2025)
(DEVIATION FEB 2025), applies to this acquisition.
X (4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community--see FAR 3.900(a).
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, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) (31 U.S.C. 6101 note).
X (18)(i) 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 Rerepresentation (Jan 2025) (15 U.S.C. 632(a)(2)).
X (31) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755).
X (32) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2025)( E.O. 13126).
X (36)(i) 52.222-36, Equal Opportunity 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 (48)(i)52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).
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).
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 clauses and provisions
- 52.204-7, System for Award Management
- 52.204-13, System for Award Management Maintenance
- 52.204-16, Commercial and Government Entity Code Reporting
- 2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation) (NOV 2020)
- 52.232-18, Availability of Funds
The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Jacob Flanigan, Contract Specialist, jflanigan@bop.gov.
(xiv) Not applicable to this solicitation.
(xv) The completed solicitation package must be returned no later than 4:00 p.m. Eastern Standard Time on September 5th, 2025.
The anticipated award date is on or about September 12th, 2025.
(xvi) Vendors shall submit quotes only to:
- Jacob Flanigan, Contract Specialist, jflanigan@bop.gov.
No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, cover letter, quote sheet, clauses and provisions and delivery schedule.
Quotes MUST be good for 30 calendar days after close.
Please ensure all information requested is included. This shall include a completed:
The excel spreadsheet for bidding shall be attached with your information.
Any and all information will be posted to the General Services Administration, SAM.Gov website: www.sam.gov. All future information about this acquisition, including amendments, awards 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.
The Government reserves the right upon inspection to reject items if they are damaged or not to the specifications listed in the solicitation.
All vendors must be completely registered in the System for Award Management, http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation.
“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. Examples include:
- 52.222-25, Affirmative Action Compliance, and
- 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, paragraph (d).
Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (USP Big Sandy) to respond. Questions must be submitted by email only. Please be sure to read the solicitation, quote sheet, clauses and provisions and cover sheet. If the answer is addressed in those documents, you will not receive a response. ***
The following is the schedule for this award:
• Solicitation Posted: August 27, 2025
• Quotes Due By: September 5th, 2025
• Anticipated Award Date on or about: September 12th, 2025
• Delivery on or before: October 15, 2025
***Question Submission: Questions must be submitted by email only, no phone calls please.
The email addresses to send questions to are:
-Jacob Flanigan, Contract Specialist, jflanigan@bop.gov.