89--Original Buy# 957547_01 Final Bid - FCC Victorville FY19 Q2 Subsistence
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in t... CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 15B616-19-00045 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-12-06 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Victorville, CA 92394 The DOJ BOP Field Offices- FCC VICTORVILLE requires the following items, Meet or Exceed, to the following: LI 001: Beverage Mix, assorted flavors, 5oz packs, each 5 oz packs is to make 5 gallons. Each. 72/5oz per case REQUIRE 3,600 UNITS, 0, CS; LI 002: Lime Juice, Quarts, 0, QT; LI 003: Soy beef pattie, meat alternative, individually, frozen, soy, vegetable, or legume based, patty or rectangle shaped (CID A-A-20275A, Type I, II, or III, style A or L) 4 oz PATTIES REQUIRE 40,000 UNITS, 0, EA; LI 004: Soy chicken patty meat alternative, individually, frozen, soy, vegetable or legume based, patty or rectangle shaped, CId A-A-20275A,, Type I, II, or III, style A or L, fully cooked, chicken flavor, product of vegan alternative for chicken patty. product will not contain any animal by products or ingredients. 4 oz PATTIES REQUIRE 10,000 UNITS, 10000, EA; LI 005: Pancakes, Fzn. Each, 144 Count Case Pancakes, Fzn Pancake, frozen, regular or low fat, any flavor, any shape. CId A-A-20234B, Type II, Style A or B, class 2, any flavor, shape 1-8 REQUIRE 36,000 UNITS, 0, CS; LI 006: French Toast, Fzn. Each, 144 Count Case French Toast, Fzn. French toast, froezen, regular or low fat, any flavor, any shape (CID A-A-20234B, Type II, Style A or B, class 3, Flavor A, B, C, D. (Shape 1-8) Each. State case count on bid. 144 ct/cs REQUIRE 72,000 UNITS, 0, CS; LI 007: French Fries, 30 Pound Case Vegetable, Potatoes, French Fries, Frozen, Institutional type, Straight Cut, Crinkle Cut, Slices, or Strips. Strips will be 3/8 x 3/8, 1/2 x 1/4, or 3/8 x 3/4 inch and be Extra Long, Long, or Medium (at least 50% or more are 2 inches or longer. OVENABLE. U.S. Grade A, U.S. Fancy or U.S. Grade B. As defined in Title 7 62.2391-2405. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. Examples of acceptable types also includes wedges, waffle cut, and steak cut., 0, LBS; LI 008: Tater tots, 30 lb case Vegetable, Potatoes, (TATER TOTS) Preformed, Precooked, Frozen, Institutional type. Round, Cross-sectional dimension % to 1" diameter, Length 1 to 1 'h inch, 47 - 54 units per pound, Unseasoned, seasoned with spices, or seasoned with spices and salt. Ovenbaked. (CID A-A-20038C, Pack Type Il. Style A, Cross Sectional Dimension 1, Length i, Count A, Seasoning 2, 3, or 5, Cooking Method A) Originated from crops that have been 100 percent grown, processed and packed in the United States or Canada, 7500, LBS; LI 009: Eggs, Frozen, 30 Pound Case Eggs, Pasteurized, Liquid, Frozen. Specify case size on bid., 0, LBS; LI 010: BREAKFAST PASTRIES Breakfast cakes and pastries, asst. ind. Pastries, breakfast cakes, assorted, individual, fresh or frozen, thaw and serve, muffins, bagels, cinnamon rolls, etc, specific item, size case count, and if items contain yeast on bid, items will not contain poppy seeds. MINIMUM 3oz serving must provide a specific variety breakdown on bid. (EXAMPLE 100,000 BAGELS -100,000 MUFFINS -50,000 CINNAMAN ROLLS), 0, EA; LI 011: DESSERTS PASTRIES Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, Pudding etc.)Minimum 2oz serving must provide a specific variety breakdown on bid. ., 0, EA; LI 012: Biscuits, flour, 2 oz, fully cooked, frozen, 216 ct/cs REQUIRE 54,000 UNITS, 0, CS; LI 013: Tortilla, Flour, Each, 360 Count Case Tortilla, Wheat, White with spices or herbs, or Other, 7 in diameter, Round, Shelf stable, refrigerated, or frozen, Table Ready (CID A-A-20143B, Type I, Style B, C, or E, Size 7, 8, or 9, Shape a, Enrichment type i, Product state a, c, or d, Cook state I). Each. State case count on bid. REQUIRE 90,000 UNITS, 0, CS; LI 014: Tomato Paste, 6-# 10 Cans Tomato Paste, Canned 6-#10 cans Tomato, Paste, as defined in the standard of identity for tomato paste (21 CFR 155.191). Natural Tomato Soluble Solids ranging from 12 extra heavy to medium concentration (28 to 39.3%). U.S. Grade A, U.S. Fancy, U.S. Grade C, or U.S. Standard. 6/#10 cans per case., 0, CS; LI 015: Tomatoes, Diced, 6-#10 cans Tomatoes, Diced, 6-#10 cans Tomatoes, canned, diced, as defined in the standards of identity for canned tomatoes, (21 CFR, 155, 190) Us grade A-C, average drained weight of 54.7 to 63.5 ounces per #10 can/6-#10 cans, 0, CS; LI 016: Spinach, canned, 6-#10 cans case Vegetable, spinach, cut leaf or sliced, us grade a, us fancy, us grade b, or us extra standard. As defined in food and drug standard of identity 21 CFR 51.990 Originated from crops that have been 100 percent grown, processed, and packed in the united states or canada, 0, CS; LI 017: Soup Base, Chicken, LS, Pounds Soup Base, Chicken, LS, 25 Pound Bouillon. (Soup Base), Chicken Flavor, Low or Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type Il, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when 20 prepared according to the label instructions, Single yield: The one (I) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 1b = gal) (triple yield -1 1b = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 0, LBS; LI 018: Soup Base, Vegetable, Low Vegetable Soup Base, by the pound Sodium Bouillon, (Soup Base), Vegetable Flavor, Low or Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type IV, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 20 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (I) lb. of powdered finished product must dilute to a final volume Of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 1b = gal) (triple yield -1 1b = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth., 0, LBS; LI 019: Salt, Bulk, Pounds Salt, Bulk, Pounds Salt, food grade or table, iodized, packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. Product may contain an anti-caking agent. Bulk., 0, LBS; LI 020: Salad oil, 5 gallon container oils, salad, vegetable, canola (rapeseed), corn, cottonseed, olive (refined)peanut, safflower, soybean, sesame, sunflower, or any other vegetable oils or combinations of these oils. (CId A-A-20091D, Type II) Gallons, half gallons, 5 gallon container, 0, CS; LI 021: Rice, bulk, 50 pound bag, us grade no. 1or 2, long grain milled rice, parboiled light, 0, lb; LI 022: Pickle, Relish, Sweet (mild or regular) bulk, cured. Product will comply with the united states standards for grades of pickles (55 FR 11905) Grade A or B. 4/1 Gallon plastic containers per case., 0, CS; LI 023: Peanut Butter, Regular or Reduced Fat, Smooth or Chunky/crunchy, Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, 15 Style l, Class A or B, Texture I or 3, Type a, Fortification I, Seasoning (a) or (b). 1 to 50 1b sealed containers, Specify weight of container on bid. 30 lb case desired., 0, LBS; LI 024: Bev: Coffee (Ground, Pounds, 20 pound case Coffee Ground, Medium ground, 0, LBS; LI 025: Pasta, Rotini, Pounds, 10 pound case Pasta, Macaroni, Rotini Form, Whole Wheat Blend, Whole Wheat, or Regular, (CID A-A 20062E, Type V, Style A, B, C, or D), Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 0, LBS; LI 026: Pasta, Spaghetti, 20 pound case Pasta, Spaghetti, Long Form, Whole Wheat Blend, Whole Wheat, or Regular, (CID A-A-20062E, Type VI, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 0, LBS; LI 027: Pasta, Ziti, 20 pound case Pasta, Macaroni, Ziti Form, Whole Wheat Blend, Whole Wheat, or Regular (CID A-A-20062E, Type XIII, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 0, LBS; LI 028: Cornmeal, Yellow, Pounds, 50 lb bag Cornmeal, degermed (lower fat), enriched, white or yellow, course granulation (CID A-A-20066B, Type III, Class B, Color 1 or 2, Granulation a), 0, LBS; LI 029: Flour, General purpose, all purpose, unbleached (CID A-A-20126F, Type II or VI, Style A)50 lb bag, 0, LBS; LI 030: Peas, Canned, 6-#10 Vegetable, Peas, Sweet, Canned. U.S. Grade A- C. As defined in Food and Drug Standard of Identity 21 CFR 155.170. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case. State can or pouch on bid., 0, CS; LI 031: Beans, dry, black eyed peas, us grade 1-3 50 lb bag, 0, LBS; LI 032: Beans, dry, kidney or red, whole, us grade 1-3 50 lb bag, 0, LBS; LI 033: Beans, lentil, dry, whole , us grade 1-3 25 Lb bag, 0, LBS; LI 034: Beans, dry, pinto, us grade 1-3, whole 20 lb bag, 0, LBS; LI 035: Margarine, 5 Gram, Reddies, Each Margarine, 5 gm, Each, 12 Lb Case Margarine, Reddies, All Vegetable. 90 patties per 1b on paper chips, 12 lbs per case. Margarine shall comply with all applicable Federal regulations including those contained in the Food and Drug Standard of Identity for Margarine (21 CFR Part 166) and must conform to USDA Specifications for Vegetable Oil Margarine. Margarine shall be made from one or more of the following vegetable oils; nola, safflower, sunflower, corn, soybean, or peanut oil. Margarine contains not less than 80% fat., 0, CS; LI 036: Sausage Links, Pounds Sausage Links, Pounds Sausage Links Sausage, Breakfast, Cooked, Beef, Beef and Turkey (beef is predominant), or Beef and Chicken (beef is predominant). Breakfast sausage is a cooked, linked sausage. The meat components consist of moderately course-cut beef or moderately coarse-cut beef and poultry formulation. The links shall either be skinless or stuffed into collagen casings and shall be uniform in length and diameter. IMPS 817, Breakfast Sausage, Cooked, Formula D, P, or PI. Product shall be delivered frozen. Size of links to be local specifications and size noted on bid., 3000, LBS; LI 037: Fish, Fillet, Raw, Fish Fillets, Raw, Individually Quick Frozen, Unglazed, Skin-on, Skin-on (white side only), or Skin-off (skinless), Practically boneless fillet. U.S. Grade A or B. Acceptable types include Tilapia, Cod, VVhiting, Haddock, Hake, Pollock, Flounder, Sole, Turbot, Plaice, or Halibut. (Grade Standards are separate for Cod, Flounder, Sole, and Haddock and must comply with those standards). Fillets are slices of practically boneless fish flesh of irregular size and shape, which are removed from the carcass by cuts made parallel to the backbone and sections of such fillets cut so as to facilitate packing. 100% net weight, No water or glaze weight added. Fish portion must meet weight requirements when thawed and drained, Delivered cases must be labeled 100% net weight. Manufacturer' s letters will not be accepted in lieu of labeling. Note type and size on bid. 4 to 7 oz., 0, LBS; LI 038: Chicken, Boneless/SkinIess Chicken, Boneless, Skinless, Raw, Wnite Meat (Tender/Breast Meat), Frozen, A or B quality per USDA, U. S. Classes, Standards & Grades for Poultry AMS 70.200 et seq. Boneless skinless breasts must be free of cartilage % fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated with tenderloins are permitted. Tenderloins/boneless, skinless parts must be free of blood clots bruises cuts tears & holes in the muscle tissue. Slight discoloration/separation of the muscle tissue is permitted on parts, provided it does not detract from the appearance. Boneless/ skinless parts may be diced. Dicing process must result in size reduced portions of meat that are intact, not mutilated, relatively uniform in size, and with surfaces relatively smooth. Unbreaded. Packed in poly bag boxes. All packaging and materials must be clean/new condition. Products produced/ labeled with any phrase containing under religious exemption will be refused., 0, LBS; LI 039: Tuna Fish, Canned, by the Can Tuna Fish, Cans- 6 cans per cs . Tuna, Can or Flexible Pouch, Chunk, Light or White (Albacore), Packed in Water, Salt/Sodium Level Regular, No Sald Added, Very Low Sodium, or Low Sodium. (CID A-A-20155D, Type A or B, Form I, Color A or B, Packing Media I, Salt/Sodium Level A, B, C, or D). Sodium content will not exceed I .50/0 salt. Tuna can be a product of the U.S. or other Foreign Country that meets the requirements of 21 CFR 123.12. Product may contain soy and/or vegetable broth. Quote must specify size and packing of case and if quoting on cans or pouches. 6/ 66.5oz, 0, CS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOJ BOP Field Offices- FCC VICTORVILLE intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. DOJ BOP Field Offices- FCC VICTORVILLE is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms “offer� and “offeror� refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms “bid� and “bidder� refer to an offer submitted in response to an Invitation for Bid (IFB). The term “proposal� refers to an offer submitted in response to a Request for Proposal (RFP). The terms “quotation,� “quote,� and “quoter� refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy. Items/services that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a seller’s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6. Be sure all items are delivered on January 2, 2019 or before January 18, 2019, unless other delivery schedule noted. No deliveries on Federal Holidays. You may contact Food Service Warehouse at 760-530-5700 ext. 1028 for any delivery questions. Monday thru Friday from 8:00 am - 2:00 pm 1) All deliveries must be palletized. 2) All non-frozen, perishable food must deliver between 34 degrees F to 40 degrees F. 3) All frozen foods must be delivered at 0 degrees F. or below. Any product that indicates prior thawing will be refused. 4) Vendors who failed to meet delivery schedule are subject to be removed from future solicitation for bid. 5) All Certified Religious Diet items must be marked accordingly or will be refused. 6) All bread deliveries are weekly (delivery schedule will be sent with PO) on Mondays within 48 hours of baking. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items Vendors will submit pricing only on line items that they want to be considered for award. All line items that the vendor will not provide must include a description indicating that they are not providing pricing (i.e., n/a, not providing line item, no pricing, no bid). Additionally, all line items that will not be provided must use the “Included in line item� feature to allow a no bid on that line item. Please bid on the entire amount requested in the line item description. Notice to vendors – This Opportunity is a Multiple Award opportunity based on best per line item pricing.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »