Meat Requirement (Beef Top/Bottom Round) FY25 4TH Quarter - FDC SeaTac
ID: 15B61125Q00000021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF JUSTICEFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFDC SEATACSEATTLE, WA, 98198, USA

NAICS

All Other Miscellaneous Food Manufacturing (311999)

PSC

MEAT, POULTRY, AND FISH (8905)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Justice, through the Federal Bureau of Prisons at the Federal Detention Center (FDC) SeaTac, is seeking quotes for the procurement of 6,000 pounds of boneless beef top or bottom round or strip loin for the fourth quarter of FY25. This total small business set-aside contract requires delivery of the specified meat products between September 22 and September 30, 2025, with strict compliance to local delivery requirements, including temperature controls and palletized deliveries. Interested vendors must submit their quotes by 2:00 p.m. Pacific Standard Time on September 17, 2025, and can direct inquiries to the Contracting Office via email at SET-Contracting-S@bop.gov. The anticipated award date is on or about September 19, 2025.

    Point(s) of Contact
    Contracting Office
    Set-Contracting-S@bop.gov
    Files
    Title
    Posted
    This government solicitation (15B61125Q00000021) is a Request for Quote (RFQ) issued by the Federal Bureau of Prisons, FDC Seatac, for the procurement of 6,000 pounds of boneless beef top or bottom round, or strip loin (IMPS 169). The offer due date is September 17, 2025, with delivery required by September 30, 2025, for the period of performance from October 1, 2025, to October 31, 2025. This acquisition is 100% set aside for small businesses and is a firm-fixed-price contract. The document includes detailed contract clauses, such as FAR 52.212-4 (Contract Terms and Conditions, Commercial Items) with deviations, and DOJ-02 Contractor Privacy Requirements, which outlines stringent rules for handling sensitive information, mandatory privacy and security training, breach reporting within one hour, and victim remediation responsibilities for the contractor. Additionally, FAR 52.212-5 (Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services) is incorporated, including clauses related to executive compensation reporting, prohibition on ByteDance applications, convict labor, child labor, equal opportunity for veterans and individuals with disabilities, combating trafficking in persons, Buy American provisions, encouraging policies to ban text messaging while driving, electronic funds transfer, and prohibition on unmanned aircraft systems from covered foreign entities. The solicitation emphasizes compliance with federal laws, regulations, and agency-specific requirements, particularly concerning data privacy, security, and records management.
    This document, "Attachment C: Evaluation Factors and Award Information," outlines the criteria and conditions for awarding government contracts. Awards will be based on the best value, considering price fairness, past performance (including prior experience and CPARS), and the technical merit of the product offered. Certain line items may not be awarded, and prices with more than four decimal places will be rounded up. Shipping and freight charges must be included in the unit price. Quotes may be deemed non-responsive if they lack a DUN & Bradstreet Data Unique Entity ID (UEI) number, fail to have a current SAM registration, or omit other required information. Line items may also be non-responsive if product specifications are altered, information is illegible, or shipping/freight charges are not included in the unit price. Quotes must be submitted legibly in PDF format via email to SET-Contracting-S@bop.gov, with other submission methods requiring prior approval. Quotes received after the deadline will be handled in accordance with FAR 52.212-1(f).
    This document outlines local delivery requirements for federal government contracts, specifically for food service. Deliveries must occur Monday through Friday, 7:00 a.m. to 1:00 p.m., with no appointments needed. Orders are 'Fill-or-Kill,' meaning complete delivery is expected within the specified period, or items will be canceled. Contractors must request prior approval for late deliveries due to excusable delays, as failure to meet schedules or specifications negatively impacts past performance. All deliveries must be palletized unless otherwise arranged, and drivers are required to assist in unloading. Food items must comply with BOP Menu Specifications, with religious diet items clearly marked. Perishable foods have strict temperature requirements (e.g., non-frozen between 34-40°F, frozen at 0°F or below). Products indicating prior thawing will be refused. Deliveries are subject to a three-day conditional receipt for inspection and testing. Unacceptable items must be picked up by the vendor within two weeks of notification or will be disposed of. Partial payments are not authorized. Invoicing requires a single invoice for all delivered and accepted items, submitted via email, with all payments made by electronic funds transfer. Small business vendors must self-certify their status on invoices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...