U.S. Department of Justice
Federal Bureau of Prisons
Federal Medical Center, Lexington
November 18, 2025
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 15B10926Q00000002 is issued as a request for quotation (RFQ), for the FMC Lexington FY 26 2nd quarter dairy requirement.
This acquisition is set-aside for small business concerns.
The NAICS for this requirement is 311511 with a small business size of 1150 employees.
This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).
WEEKLY dairy delivery. Quantities listed in the requirement sheet are quarterly estimated totals. The local food service administration will contact you weekly regarding quantities required for the upcoming week. The purchase order will cover the entire 3-month period.
(iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102).
See attached requirements worksheets for a full description of items, quantities and units of measures for the FMC Lexington FY26 2nd quarter dairy requirements. Quantities listed in the requirement sheet are quarterly estimated totals.
(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).
Dates of delivery will vary. This purchase order is to cover Fiscal Year 26, 2nd quarter.
The dates of this are January 2, 2026, through March 31, 2026, between the hours of 7:00 AM - 2:00 PM Eastern Standard Time (EST). NO DELIVERY ON HOLIDAY'S OR WEEKENDS.
Delivery will be Freight on Board.
Delivery address will be:
FMC Lexington
3301 Leestown Road
Lexington, KY 40511
(v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)).
The following provisions are appliable:
- 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services
- 52.212-2, Evaluation—Commercial Products and Commercial Services
The Government anticipates and intends to make a SINGLE award based on pricing per line item.
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 – Go/No-Go Evaluation
The Government will evaluate the Offeror’s past performance on a Go/No-Go basis. The assessment will be based on the following criteria:
- Timeliness of Deliveries: The Offeror must demonstrate a consistent record of on-time deliveries. Documented instances of late deliveries, including Contractor Performance Assessment Reporting System (CPARS) evaluations and communications with other Contracting Officers, will be reviewed. A history of substantial delivery delays will result in a "No-Go" determination.
- Order Accuracy and Completeness: The Offeror must show a track record of delivering complete and accurate orders. Evidence of recurring issues such as missing or incorrect items—supported by customer complaints, returns, or input from other Contracting Officers—will be considered. A pattern of incomplete or inaccurate deliveries will result in a "No-Go" determination.
Only Offerors receiving a "Go" rating under this factor will be considered eligible for award.
- 52.204-7 System for Award Management—Registration
- 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007)
- 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (JAN 2017)
- 52.225-2 Buy American Certificate
(vi) A list of contract clauses that apply to the acquisition (see 12.205(b)).
- 52.212-4, Terms and Conditions—Commercial Products and Commercial Services
- 52.203-17 Contractor Employee Whistleblower Rights
- 52.203-19 Prohibition on Requiring Internal Confidentiality Agreements
- 52.204-13 System for Award Management – Maintenance
- 52.209-6 Protecting the Government’s Interest When Subcontracting with Debarred/Suspended Contractors
- 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
- 52.219-6 Small Business Set-Aside
- 52.222-3 Convict Labor
- 52.222-19 Child Labor—Cooperation with Authorities and Remedies
- 52.222-36 Equal Opportunity for Workers with Disabilities
- 52.222-50 Combating Trafficking in Persons
- 52.225-1 Buy American-Supplies
- 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
- 52.232-33 Payment by Electronic Funds Transfer—System for Award Management
- 52.232-36 Payment by Third Party
- 52.233-3 Protest After Award
- 52.233-4 Applicable Law for Breach of Contract Claim
- JAR 2852.212-4 Contract Terms and Conditions, Commercial Items
- DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency
(vii) The date, time, and place for receipt of offer and point of contact.
The completed solicitation package must be returned no later than 2:00 PM. Eastern Standard Time on December 3rd, 2025.
Vendors shall submit quotes only to:
- Brett Miracle, Contracting Specialist, Email: bmiracle@bop.gov AND Heather Surber, Contract Specialist, Email: hsurber@bop.gov.
No fax, hand delivered, or mail-in quotes will be accepted.
Quotes MUST be good for 45 calendar days after close.
Please be sure to read the solicitation, quote sheet, clauses and provisions and delivery schedule.
Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Lexington) 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.
(viii) Any other additional information required by 5.101(c).
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
All responsible sources may submit a quotation, as appropriate, which will be considered by the Bureau of Prisons.
Awards with total value over the Micro Purchase Threshold of $15,000 will be awarded with a Firm-Fixed Price (FFP) Purchase Order.
Awards with total value under the Micro Purchase Threshold of $15,000 will be awarded with a Firm-Fixed Price (FFP) Government Purchase Card transaction from the local food services department.
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. Subsistence is a vital part of the orderly running of the operation of a Federal Prison. In accordance with FAR 12.201-1 (b), this contracting officer has determined this acquisition appropriate to require acceptance in writing.
“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.”