Opportunity

SAM #15B31626Q00000008

Procurement of Certified Halal and Kosher Meals and Food Items for FCI Williamsburg

Buyer

FCI Williamsburg

Posted

May 13, 2026

Respond By

May 27, 2026

Identifier

15B31626Q00000008

NAICS

311999

The Federal Bureau of Prisons at FCI Williamsburg is seeking small business suppliers for a broad range of religious diet and halal food products for the 4th quarter. - Government Buyer: - Federal Bureau of Prisons, FCI Williamsburg (Department of Justice) - Products/Services Requested: - Certified Halal meals (12 types, including Fish Fillet, Beans and Franks, Chicken Wing, Chicken Cacciatore, Chicken Chow Mein, Turkey Cutlet, Meatloaf, Hawaiian Meatballs, Spaghetti and Meatballs, Cheese Omelet, Spanish Omelet, Halal Bologna Luncheon Meat) - Quantities per meal type range from 40 to 372 units - Kosher meals and food items (including Chicken Wing, Chicken Cacciatore, Chicken Chow Mein, Meatloaf, Pasta with Vegetable Protein Meat Sauce, Vegetable Protein Lasagna, Bologna Luncheon Meat, Tuna, Sardines, Cereal, Oatmeal, Farina, Tartar Sauce, Mustard, Jelly, Instant Milk) - Quantities per item range from 24 to 30,000 units - All products must meet strict religious dietary requirements (halal or kosher certification as specified) - All food items must have a minimum shelf life of 90 days from delivery - Notable Requirements: - 100% small business set-aside, with preference for WOSB and EDWOSB - Delivery to FCI Williamsburg Warehouse, Salters, SC - Firm-fixed price contract - Evaluation based on past performance and price - Delivery required by mid-July for the 4th quarter - OEMs/Vendors: - No specific OEMs or brand names are mentioned; products must be certified halal or kosher as required - Unique Aspects: - Large volume of individually packaged, certified religious diet meals and food items - Strict compliance with religious certification and labeling (halal symbol, kosher hechsher) - Wide variety of meal types and individual food items to accommodate diverse religious dietary needs

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued.

Solicitation 15B31626Q00000008 is issued as a Request for Quotation (RFQ) for 4th Quarter Religious Diet and Halal Requirements for FCI Williamsburg in Salters, SC. Completed solicitation packages must be delivered by May 27, 2026, at 2:00 PM EST.

This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

North American Industry Classification System (NAICS): 311999 All Other Misc. Food Manufacturing

Small Business Size Standard: 700 employees

Quoters must follow all instructions in this notice. Failure to do so may result in exclusion from consideration.

Quoters shall complete Section 17a of Standard Form 1449, including: Company Name, Phone Number, Point of Contact, and Unique Entity ID (UEI).

Pricing shall be entered on the attached specification sheet. All quoted prices shall contain no more than four decimal points.

Terms of Delivery are FOB Destination. All delivered food items must have a minimum remaining shelf life of at least 90 days from the date of delivery, as indicated by the manufacturer’s best‑by or use‑by date.

One-time delivery date for all items will occur July 1, 2026, through July 15, 2026.

Deliveries will be made to the FCI Williamsburg Warehouse, 8301 U.S. Hwy 521, Salters, SC 29590 between 8:00AM - 12:00 PM EST Monday – Friday, unless otherwise specified in SOW. The warehouse is closed on all federal holidays.

The contract type is Firm-Fixed Price. The Government reserves the right to make a single award or multiple awards, whichever is determined to be in the Government’s best interest.

The Government intends to award to the responsible quoter whose quotation conforms to the solicitation and represents the best value to the government. Awards will be based on past performance and price with past performance being most important. Past performance will be evaluated based on recent and relevant similar food supply requirements. The Government may utilize information from references and other available sources.

Orders below $15,000.00 will be placed via government purchase card. Orders $15,000.01 and above will be placed via purchase order (payment made via EFT). Invoices may mailed to P.O. Box 220, Salters, SC 29590, or emailed to WIL-Accounting-S@bop.gov for faster processing.

The following provisions and clauses apply (included by reference): FAR clause 52.212-1 Instructions to Offerors – Commercial Products & Services, 52.212-2 Evaluation – Commercial Products and Services, 52.212-4 Contract Terms and Conditions – Commercial Products and Services, 52.204-7 System for Award Management, 52.219-1 Small Business Program Representation, 52.222-50 Combating Trafficking in Persons, 52.222-90 Addressing DEI Discrimination by Federal Contractors, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21, 52.225-1 Buy American, 52.232-40 Providing Accerated Payments to SB Subcontractors

The point of contact for this solicitation is Justin Shortt, Supervisory Contract Specialist and Christopher Hustad, Contract Specialist: 8301 U.S. Highway 521, Salters, SC 29590. Complete quotations may be e-mailed or hand delivered.

The only format by which questions will be answered will be by e-mail at WIL-Contracting@bop.gov.

All future information about this acquisition, including solicitation amendments, will be posted on sam.gov.  Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information.

View original listing