Closed Solicitation · DEPARTMENT OF JUSTICE

    FCI THOMSON 3RD QTR FOOD SERVICE REQUIREMENTS

    Sol. 15B41926Q00000002Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)THOMSON, IL
    Closed
    STATUS
    Closed
    closed Mar 10, 2026
    POSTED
    Mar 4, 2026
    Publication date
    NAICS CODE
    311999
    Primary industry classification
    PSC CODE
    8945
    Product & service classification

    AI Summary

    The U.S. Department of Justice is seeking quotes for various subsistence items for the Federal Correctional Institution in Thomson, IL. This opportunity is a total small business set-aside and is expected to result in a firm-fixed price contract. Quotes are due by 4:00 p.m. CST on March 10, 2026.

    Contract details

    Solicitation No.
    15B41926Q00000002
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 4, 2026
    Response Deadline
    March 10, 2026
    NAICS Code
    311999AI guide
    PSC / Class Code
    8945
    Issuing Office
    AUSP THOMSON
    Primary Contact
    Ashleigh Maike
    State
    IL
    ZIP Code
    61285
    AI Product/Service
    product

    Description

    U.S. Department of Justice
    Federal Bureau of Prisons
    Federal Correctional Institution (FCI), Thomson

    1100 One Mile Road
    Thomson, IL 61285

    March 6, 2026

    (i)   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.

    (ii)  The solicitation number is 15B41926Q00000002. 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 2025-03.

    (iv)  This solicitation is being issued as total small business set-aside. The NAICS for this requirement is 311999 with a size standard of 700 employees.

    The following items are required:

    Various Subsistence items for the Federal Prison Camp Duluth at Duluth Minnesota as detailed in the solicitation.

    Attachment A- BRQ 15B41926Q00000002 

    (v)  This solicitation is expected to result in the single award, or multiple awards, of a firm-fixed price contract(s) for various subsistence items. 

    (vi)  Terms of Delivery and Point of Contact:

    THE CONTRACTOR SHALL COORDINATE AND SCHEDULE ALL DELIVERIES WITH THE GOVERNMENT CONTRACT OFFICER OR DESIGNATED REPRESENTATIVE IN ADVANCE OF SHIPMENT. NOT DELIVERY SHALL OCCUR PRIOR TO SCHEDULING AND CONFIRMATION OF DELIVERY DATE AND TIME. FOR ANY QUESTIONS REGARDING DELIVERIES OR TO SCHEDULE DELIVERIES CONTACT THE FOOD SERVICE ADMINISTRATOR AT 815-259-1066.

    TERMS OF DELIVERY ARE F.O.B. DESTINATION BEGINNING APRIL 1, 2026, AND ENDING

    APRIL 17, 2026, BETWEEN THE HOURS OF 6:30AM EASTERN STANDARD TIME(EST) – 1:30PM EST.  NO DELIVERY ON WEEKENDS OR HOLIDAYS.

    All deliveries must be pelletized. 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 specifications may be removed indefinitely from future

    solicitations for bids.

    Shipping Address:

    FCI Thomson

    1100 One Mile Road
    Thomson, IL 61285

    (vii) Evaluation Factors:

    Award will be given to the offeror responsible whose offer/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 - Past performance information shall include prior experience and similar performances undertaken by the contractor.

    (ix) Clauses:

    FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (Deviation Nov 2025)

    FAR 52.212-2, Evaluation—Commercial Products and Commercial Services  ( Deviation Nov 2025)

    FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Deviation NOV 2025), is applicable to this acquisition.

    FAR 52.203-17, Contractor Employee Whistleblower Rights (Deviation NOV 2023)

    FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (JAN 2017)

    FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)

    FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)

    FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. ( Deviation NOV 2021)

    FAR 52.219-6, Notice of Total Small Business Set-Aside (Deviation Nov 2020)

    FAR 52.219-28, Post Award Small Business Program Re-representation JAN 2025)

    FAR 52.222-3 Convict Labor (June 2003)

    FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015).

    FAR 52.222-26 Equal Opportunity (Sept 2016)

    FAR 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020)

    FAR 52.222-50 Combating Trafficking in Persons (Deviation NOV 2021)

    FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)

    FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)

    FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)

    FAR 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020)

    (x) The selected offeror must comply with the additional contract terms and conditions, which are incorporated herein by reference:

    1.  Provisions:

    FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017)

    FAR 52.204-7 System for Award Management (Oct 2018)

    FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)

    FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or

    Equipment ( Deviation NOV 2021)

    FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

    JAR 2852.212-4, Contract Terms and Conditions, Commercial Items (Deviation NOV 2020)

    1. Clauses:

    FAR 52.204-7, System for Award Management—Registration ( Deviation Nov 2025)

    FAR 52.204-13 System for Award Management (Oct 2018)

    FAR 52.204-18 Commercial and Government Entity Code Maintenance (Oct 2025)

    FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Oct 2025)

    FAR 52.252-2 Clauses Incorporated By Reference (Oct 2025)

    DOJ-02 – Contractor Privacy Requirements (JAN 2022)

    DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (OCT 2007)

    (xi)  The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Ashleigh Maike, Procurement & Property Specialist, by email to AMAIKE@BOP.GOV

    (xii)  Bid/Quote Submission Instructions:

    The completed solicitation package must be returned no later than 4:00 p.m. Central Standard Time on March 10, 2026.  The anticipated award date is on or about March 20, 2026. Vendors shall submit bid/quotes in .pdf format using the attachment titled “BRQ 15B41926Q00000002” to Ashleigh Maike, Procurement & Property Specialist, by email to AMAIKE@BOP.GOV ONLY. Submissions must be legible and are strongly encouraged to be typed. Handwritten submissions will be considered only if fully legible. No fax, hand delivered, or mail-in quotes will be accepted.  Quotes MUST be good for 30 calendar days after closing.

    (xiii)  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.

    ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest possible time to enable the Buyer (FCI Thomson) to respond.  Questions must be submitted by email only, AMAIKE@BOP.GOV.  No phone calls please. ***

    Key dates

    1. March 4, 2026Posted Date
    2. March 10, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FCI THOMSON 3RD QTR FOOD SERVICE REQUIREMENTS is a federal acquisition solicitation issued by DEPARTMENT OF JUSTICE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.