U.S. Department of Justice
Federal Bureau of Prisons
Federal Medical Center (FMC) Devens
42 Patton Rd
Ayer, MA 01432
November 24, 2025
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 15B20526Q00000006 is issued as a request for quotation (RFQ), for subsistence meat and kosher requirement.
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The NAICS for this requirement is 311999 (Miscellaneous Food) with a small business size standard of 1,000 employees.
(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:
FMC Devens
36 Independence Drive Bldg. 1677
Ayer, MA 01434
(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 MULTIPLE awards based on pricing per line item.
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 - 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)
- 52.204-7 System for Award Management—Registration
- 52.225-2 Buy American Certificate
- 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (FEB 2021)
(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
- 52.222-35 Equal Opportunity for Veterans
- 52.222-36 Equal Opportunity for Workers with Disabilities
- 52.222-37 Employment Reports on Veterans
- 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 10:00 a.m. Eastern Standard Time on December 17, 2025.
Vendors shall submit quotes to BOTH to:
- Cara Hern, Financial Program Specialist, Email: chern@bop.gov
- Eve Rivera-White, Contracting Specialist, Email: eriverawhit@bop.gov
KINDLY Reference Solicitation Document number 15B20526Q00000006 on email title, this will ensure all quotes are promptly recorded.
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 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.”