This document, identified as 15BFTD26Q00000001, is a Contractor's Information Sheet designed to collect essential details from prospective contractors within the context of government RFPs, federal grants, or state and local RFPs. Its primary purpose is to gather administrative and contact information. The form requires the contractor's name, company name, address, email address, phone number, and UEI (Unique Entity Identifier) number. This structured collection of information is crucial for identification, communication, and compliance within government procurement processes, streamlining the initial stages of engagement with contractors.
The FCI Ft. Dix institution requires all delivered food items to comply with Federal, State, and local regulations, including the Federal Food, Drug, and Cosmetic Act, particularly regarding allergen labeling. Major allergens such as wheat, fish, milk, soy, tree nuts, eggs, peanuts, shellfish, and sesame must be identified. Failure to meet National Menu Specifications will result in disqualification. The origin of products can be foreign unless specified otherwise. The FSA determines which product options are put out to bid, and baking may occur at the institution's discretion. The NFSA/Chief Dietitian makes the final determination on product compliance for various categories including beans, rice, pasta, corn meal, flour, non-fat dry milk, cereal, potato chips, peanut butter, soy and non-flesh products, butter, margarine, dressings, vinegar, condiments, jelly, sugars, syrup, pastries, pizza, taco shells, tortillas, tortilla chips, French toast, pancakes, tomato products, canned and frozen vegetables, canned and frozen fruits, sauces, tuna, spices, soup bases, and various meats (beef, chicken, fish, pork, turkey, other), cheese, dairy, bread, eggs, beverages, fresh fruit, and fresh vegetables.
The FCI Fort Dix FY26 1st Quarter procurement document details various food supply orders from multiple vendors. Pueblo is supplying cheddar cheese, fish fillets, and boneless chicken for a total of $84,948.00. Goal Line Foods is providing breaded fish for $7,950.00. Cream O Land Milk is supplying nonfat milk for $149,308.7280. Foods Galore is delivering tofu, fruit jelly, ground coffee, and boneless turkey for $64,348.52. North Star is providing beef roast and Italian sausage totaling $43,150.00. Feesers is supplying butter and shell eggs for $38,107.50. Rainmaker is providing frozen french fries for $17,220.00. Wildkale Bread is supplying various types of bread and rolls for $73,900.7280. National is providing ground chicken for $9,750.00. Mullen is supplying boneless chicken breast for $30,750.00. H. Schrier is providing a wide range of items including non-fat dry milk, margarine, canned vegetables (tomatoes, beets, carrots, mixed vegetables, spinach, jalapenos), sugar substitute, and parmesan cheese for $89,304.28. Shaver is supplying pasta, syrup, canned beans, canned corn, baking powder, rice, flour, rolled oats, and shortening for $58,187.20. Kingsland is providing ground beef, ground beef patties, and chicken leg quarters for $185,800.00. This document outlines the initial quarter's food procurement needs for FCI Fort Dix, highlighting diverse food categories and multiple suppliers.
The Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, NJ, issued solicitation 15BFTD26Q00000001 for the acquisition of commercial subsistence items for its inmate population. Offerors must submit price quotes for specified items by November 20, 2025, at 11:59 PM Eastern Time, via email to aaponteberrios@bop.gov and bvirgillo@bop.gov, with the subject line "15BFTD26Q00000001". Required documents include SF-1449, a Contractor Information Sheet, and an Excel bid sheet. Vendors must be SAM registered and accept EFT payments. Special attention is drawn to bread, hot dog, hamburger, and whole wheat items (198, 199, 200), which will be awarded together to a single vendor. Any changes to the solicitation or failure to follow email instructions may result in bid rejection. Questions should be directed to Mr. D. Cruz at dcruz@bop.gov.
This document outlines the delivery and quality requirements for goods supplied to FCI Fort Dix for Fiscal Year 2026. Deliveries are expected between January 1st and 16th, 2026, Monday through Thursday, 7:00 AM to 2:00 PM, excluding Fridays and federal holidays. Contractors must coordinate appointments with the Food Service warehouse staff and ensure billing occurs only after all products are accounted for. Strict adherence to delivery schedules and product specifications is crucial, as failures can negatively impact future award decisions. All deliveries must be palletized, and items must meet specific temperature requirements (e.g., non-frozen perishables 34-41°F, frozen foods 0°F or below). Products that are out of date, indicate prior thawing, or fail to meet BOP National Menu Specifications will be refused. Certified religious diet items must bear the Kosher Symbol (OU). All items are subject to close inspection, and conditional receipt allows for a three-day examination period. Unacceptable items must be picked up by the vendor within two weeks of notification or they will be disposed of.
The Federal Bureau of Prisons (FBP) at FCI Fort Dix is soliciting quotes for subsistence items, including eggs, bread, and dairy, for the second quarter of fiscal year 2026 (January 1 to March 31, 2026). This Request for Quote (RFQ) is a total small business set-aside under NAICS code 311999 (All Other Miscellaneous Food Manufacturing) with a size standard of 1500 employees. Offerors must submit quotes in an attached Excel format, along with a completed Standard Form 1449 and Contractor Information Sheet, via email by November 20, 2025, at 11:59 PM ET. Payments will be made by Electronic Funds Transfer (EFT), and vendors must be registered in the System for Award Management (SAM). The solicitation outlines various contract clauses covering topics such as prompt payment, patent indemnity, whistleblower rights, and restrictions on convict and child labor. Special attention is drawn to the DOJ Contractor Residency Requirement and specific instructions for bidding on bread products.