Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Subsistence 2B24 FCI Oxford

Expired
15B410242B24Federal
General Info

Agency

Department Of Justice → Fci Oxford

View Agency

NAICS

311999 - All Other Miscellaneous Food Manufacturing

View NAICS

Place of Performance

Grand Marsh, WI, 53936, USA

Set-Aside

SBA
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Combined Synopsis

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Justice → Fci Oxford
Contacts2 people available
OfficeOXFORD, WI, 53952, USA
Organization / Agency
Department Of Justice → Fci Oxford
View Agency Profile
Office Address

OXFORD, WI, 53952, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Subsistence FCI Oxford, Second Quarter. Edible, non-edible, and Kosher.

Similar Contracts

NAICS: 311999
New
Federal

SEA 3rd Quarter - National Menu FY2026

This solicitation requests quotes for the 3rd Quarter National Menu for Fiscal Year 2026 under solicitation number 15B51426Q00000008. The procurement is a total small business set-aside under NAICS code 311999, meaning only small businesses are eligible to submit quotes. The solicitation covers commercial items detailed in the attached Standard Form 1449, Section 2, with deliveries to be made F.O.B. destination at FCI Seagoville in Texas. Items will be awarded individually, and multiple awards may be given to a single contractor based on evaluation factors that prioritize past performance. Vendors are expected to meet all delivery dates and specification requirements, with emphasis on meeting strict temperature controls and product condition standards, including thorough inspection and testing upon receipt. Delivery requirements include adherence to specific temperature ranges for perishable, non-frozen, canned, and frozen items, as well as palletized deliveries without side-loading unless prearranged. Deliveries are accepted Monday through Thursday between 8:00 AM and 2:00 PM by appointment only, and all items must be delivered with proper dating and comply with the National Menu Specifications. Substitutions, including changes to case counts, are not allowed and will result in rejection of quotes. Vendors must pick up items rejected for noncompliance within one week at their own expense or risk disposal. Quotes must be received by March 16, 2026, at 10:00 AM CST and must include full vendor information, compliance details, pricing, warranty terms, and reference the solicitation number. The agency reserves the right to award based on best value considering past performance rather than lowest price alone.

Fci Seagoville

POSTED

3 days ago

DEADLINE

in 2 days

View Details
NAICS: 311999
New
Federal

FCI SCHUYLKILL FY26 3RD QUARTER KOSHER

The U.S. Department of Justice, Federal Bureau of Prisons at FCI Schuylkill in Minersville, Pennsylvania, is soliciting quotations for kosher subsistence products under solicitation number RFQP02132600009. This procurement is a total small business set-aside aligned with NAICS code 311999 and requires compliance with kosher dietary standards, including proper certification marked on individual packages. The solicitation is a combined synopsis/solicitation for commercial products conducted under FAR part 12, with offers due by 10:00 a.m. EST on March 19, 2026. Delivery is required within 30 days after receipt of order, with strict adherence to specified temperature requirements and delivery hours between 7:00 a.m. and 2:00 p.m. EST; deliveries on federal holidays will not be accepted. All items must be palletized and clearly marked, with failure to meet these standards subject to refusal. Awards will be firm-fixed price purchase orders, with larger orders over $15,000 requiring formal written acceptance by the contractor within 48 hours. Multiple awards are anticipated, based on pricing per line item, with evaluation criteria including price fairness and a pass/fail assessment of past performance, emphasizing timely delivery and order accuracy. The contract incorporates numerous FAR provisions and clauses addressing compliance with regulations like Buy American, anti-trafficking, and equal opportunity practices. Inspection and acceptance protocols allow for conditional receipt up to three days to verify compliance, and nonconforming supplies must be repaired, replaced, or removed at the contractor’s expense. Vendors must submit quotes electronically to the designated contracting officer, Stephanie Sandler, with all subsequent updates, amendments, and awards posted on the SAM.gov website.

Fci Schuylkill

POSTED

3 days ago

DEADLINE

in 5 days

View Details
NAICS: 311999
New
Federal

FY26 3RD QUARTER ADDITIONAL SUBSISTENCE BID

The Federal Correctional Complex Victorville in California has issued Solicitation Number 15B61626Q00000005 for the procurement of 3rd Quarter Subsistence supplies, restricted exclusively to small business vendors under a 100% Small Business Set-Aside. This firm-fixed-price contract falls under NAICS code 311999, with a size standard of 500 employees. Delivery terms are FOB Destination to the Federal Correctional Complex Victorville Food Service Warehouse, with all deliveries required on or before April 15, 2026. Bidders must submit firm, written quotes electronically by 8:00 a.m. PST on March 16, 2026, including detailed line-item pricing and their Unique Entity Identifier, ensuring compliance with specifications and delivery timelines. The solicitation, issued as a Request for Quotation and distributed solely via the SAM.gov website, instructs vendors to submit all inquiries and quotations electronically to the designated Contract Specialist, Francisco DeJesus. Award decisions will be based on a Best Value Determination that balances price, past performance, and technical acceptability. Past performance is heavily weighted and includes timely delivery, adherence to specifications, quality, and quantity fulfillment, with unfavorable history potentially disqualifying vendors. The clause set includes FAR 52.212-5 requirements mandating compliance with applicable statutes and executive orders. Vendors must price shipping as FOB Destination within their quote, and any deviations from contract terms, incorrect product delivery, or failure to meet specifications can lead to rejection and return at the contractor's expense. Communication regarding amendments, questions, and award details will be maintained exclusively through SAM.gov and direct email correspondence with Contract Specialists, ensuring transparency and adherence to federal acquisition policies.

FCC Victorville

POSTED

3 days ago

DEADLINE

in 2 days

View Details