Closed Solicitation · DEPARTMENT OF JUSTICE

    FMC LEXINGTON FY26 3RD QUARTER- SUBSISTENCE

    Sol. 15B10926Q00000005Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)LEXINGTON, KY
    Closed
    STATUS
    Closed
    closed Feb 23, 2026
    POSTED
    Feb 11, 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 subsistence supplies for the Federal Medical Center in Lexington, KY. This RFQ is set aside for small businesses, with a delivery period from April 1 to April 24, 2026. Quotes are due by 2:00 p.m. EST on February 23, 2026, and must be submitted electronically to the specified contacts.

    Contract details

    Solicitation No.
    15B10926Q00000005
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 11, 2026
    Response Deadline
    February 23, 2026
    NAICS Code
    311999AI guide
    PSC / Class Code
    8945
    Issuing Office
    FMC LEXINGTON
    Primary Contact
    Brett Miracle
    State
    KY
    ZIP Code
    40511
    AI Product/Service
    product

    Description

    U.S. Department of Justice
    Federal Bureau of Prisons
    Federal Medical Center, Lexington

    February 11, 2026

    (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 15B10926Q00000005 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 April 1, 2026, through April 24, 2026. 

    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 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)
    • 52.225-2 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 2:00 p.m. Eastern Standard Time on February 23, 2026.

    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.  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 60 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:

    •52.212-3, 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.”

    Key dates

    1. February 11, 2026Posted Date
    2. February 23, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FMC LEXINGTON FY26 3RD QUARTER- SUBSISTENCE 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.