U.S. Department of Justice
Federal Bureau of Prisons
Field Acquisition Office
On Behalf Of
Federal Correctional Institute, Phoenix
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 15B60826Q00000001 is issued as a request for quotation (RFQ), for subsistence
requirement.
This acquisition is set-aside for small business concerns. The NAICS for this requirement is 311999 with
a small business size of 700 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).
See attached requirements worksheets for a full description of items, quantities and units of measures
for all the subsistence requirement.
(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 all the subsistence requirement.
(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).
Dates of delivery will be 30 days After Receipt of Order (ARO).
Delivery will be Freight on Board.
Delivery address will be:
FCI Phoenix
37900 N 45th AVE
Phoenix, AZ 85086
(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
• Evaluation of Quotes: Awards will be awarded on a line item basis.
Awards will be made to the responsible Quoter(s) 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
(2) Past Performance
• 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.
• 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.
• 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality
Agreements or Statements—Representation (JAN 2017)
• 52.204-7 System for Award Management—Registration (DEVIATION NOV 2025)
• 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 (DEVIATION
NOV 2025)
• 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023)
• 52.203-19 Prohibition on Requiring Internal Confidentiality Agreements (JAN 2017)
• 52.204-13 System for Award Management – Maintenance (DEVIATION NOV 2025)
• 52.209-6 Protecting the Government’s Interest When Subcontracting with Debarred/Suspended
Contractors (DEVIATION NOV 2025)
• 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (DEVIATION NOV
2025)
• 52.219-6 Small Business Set-Aside (NOV 2020)
• 52.222-3 Convict Labor (JUNE 2003)
• 52.222-19 Child Labor—Cooperation with Authorities and Remedies(JAN 2025)
• 52.222-35 Equal Opportunity for Veterans (JUNE 2020)
FAR provisions and clauses utilize the Revolutionary FAR Overhaul Part 52 model deviation text
available at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaulpart-
52.
• 52.222-36 Equal Opportunity for Workers with Disabilities (JUNE 2020)
• 52.222-37 Employment Reports on Veterans (JUNE 2020)
• 52.222-50 Combating Trafficking in Persons (OCT 2025)
• 52.225-1 Buy American-Supplies
• 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
• 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
• 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
(vii) The date, time, and place for receipt of offer and point of contact.
The completed solicitation package must be returned no later than 8:00 a.m. Central Standard Time on
Monday, December 1, 2025.
Vendors shall submit quotes only to:
• Jacob J. Polk, Contracting Officer, Email: j3polk@bop.gov
and
• Kevin Mitterholzer, PPS, FCI Phoenix, Email: kmitterholzer@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. If the answer is addressed in those
documents you will not receive a response.
Quotes MUST be good for 30 calendar days after close of the solicitation.
(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 this
solicitation. Contracting officers will rely on representations from offers based on provisions in the
solicitation. Entities are not required to, nor are they able to, update their entity registration to
remove these representations in SAM.”