89--Final Bid - FCC Victorville FY19 Q3 Subsistence
AMENDMENT 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... AMENDMENT 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 15B616-19-00048 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 2019-03-06 11:00:00.0 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: Beef Patty, 4 oz by the pound Beef, Ground, Patties, IMPS 1136, 80% Lean, Frozen, Round in Shape, Paper Separation or IQF. Patties shall consist of chopped fresh and/or frozen beef without seasoning. Beef must be produced from current raw material, no bench trimmings, steak trim, or reground product to be used. Patties will not contain more than 20% fat, and will not contain added water, phosphates,binders, or extenders. No partially defatted tissue or advanced meat recovery product. PRODUCT MUST BE 6 MONTHS OR YOUNGER UPON DELIVERY WITH THE DATE ON THE LABEL. NO STAMPED/WRITTEN DATES ALLOWED. When trimmed beef cheek meat is used in the preparation,the amount of such meat shall be limited to 25%; NO ORGAN OR TONGUE MEAT. Delivered cases must be labeled All Beef, Pure Beef, or 100% Beef and with fat %. Manufacturers letters will NOT be accepted in lieu of labeling. Beef must have a rosy red appearance upon delivery or it will be rejected. 1 mil or thicker bags. No open bags., 10000, LB; LI 002: Beef, Ground, 80/20 by the pound Beef, Ground, 80% Lean, IMPS 136, Frozen. Will consist of chopped fresh and/or frozen beef without seasoning. Beef must be produced from current raw material, no bench trimmings, steak trim, or reground product to be used as raw material. Finished beef will not contain more than 20% fat, and will not contain added water, phosphates, binders, or extenders . No partially defatted tissue or advanced meat recovery product. BEEF MUST BE 6 MONTHS OR YOUNGER UPON DELIVERY WITH THE DATE ON THE LABEL, NO STAMPED/WRITTEN DATES. When trimmed beef cheek meat is used in preparation, the amount of such meat will be limited to 25%; NO ORGAN/TONGUE MEAT.Delivered cases must be labeled All Beef. Pure Beef, or 100% Beef and with fat percentage. Manufacturers letters will NOT be accepted in lieu of labeling. Beef must have a rosy appearance upon delivery. Beef that is grey, brown or tan in color will be rejected. Clear 1 mil or thicker sealed bags. No open bags,opaque or colored bags., 20000, LB; LI 003: Beef, Roast Beef, Raw by the pound Beef Roast, Raw Beef Top Bottom Round (Gooseneck), IMPS 168, 169, 169A, 170, 170A, 171B. Frozen, approximate weight range 12 to 281b. ***Quote MUST indicate actual IMPS & average roast weight of quoted item****., 10000, LB; LI 004: Chicken Leg Quarters by the pound Chicken, Leg Quarter, Raw, Whole,Ready to Cook,Frozen, IMPS P1031 Broiler Leg, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq, Unbreaded. "Whole Leg quarter" consists of a poultry thigh and drumstick (attached), with a portion of the back attached. Delivered amounts of Leg Quarter portions can be random sizing, with the portion size not to be smaller than 10 ounce and not to exceed 12ounces. Packed in poly bag boxes. All packaging and packing materials must be clean and in new condition. Products produced or labeled with any phrase "under religious exemption" will be refused. ***NO MIX CUTS PIECES***, 40000, LB; LI 005: Beans, Black Eyed Peas, Dry, 50 Pound Bag Beans,Dry, Black Eyed Peas, U.S. Grade 1-3., 8250, LB; LI 006: Beans, Great Northern Beans, Dry, 100 Pound Bag Beans, Dry, Great Northern, Whole , U.S. Grade 1-3., 2000, LB; LI 007: Beans, Kidney, Dry, 50 Pound Bag Beans,Dry, Kidney or Red, Whole,U.S. Grade 1 - 3, 3000, LB; LI 008: Beans, Lentil, Dry, 25 Pound Bag Beans, Dry , Lentils, Whole,U.S. Grade 1 - 3., 1625, LB; LI 009: Beans, Pinto, Dry, 50 Pound Bag Beans,Dry , Pinto, Whole, U.S. Grade 1 - 3., 50000, LB; LI 010: Carrots, Canned 6-#10 Vegetable, Carrots,Canned, Sliced, Diced, Julienne, French Style, or Cut. Minimum Drain Weight 64 oz. U.S.Grade A, U.S.Fancy, U.S. Grade Cor U.S. Standard. As defined in Food and Drug Standard of Identity 21 CFR 155.200. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans. **CANS ONLY**, 616, CS; LI 011: Catsup, Case, 6-#10 cans Tomato Catsup, as defined in the standard of identity for catsup, ketchup, catchup (21 CFR 155.194). U.S. Grade A- C. 6/#10 Cans **CANS ONLY**, 225, CS; LI 012: Corn, Canned, 6-#10 Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Supersweet. Golden (or yellow) , Grade A- C. As defined in Food and Drug Standard of Identity 21 CFR 155.130. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans **CANS ONLY**, 504, CS; LI 013: Green Bean, Canned, 6-#10 Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise , or French Style, Round Type, Good to Reasonably Good Character (A or B), Minimum Drain Weight 59 oz. U.S. Grade A - C. As defined in Food and Drug Standard of Identity 21 CFR 155.120. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans **CANS ONLY**, 392, CS; LI 014: Greens, Collard. Canned Vegetable, Collard Greens, Canned, Grade U.S. No.1. As defined in Title 7, 51.521. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans **CANS ONLY**., 224, CS; LI 015: Mixed Vegetables , Canned Vegetable, Mixed (5-way mix including carrots, green beans,peas, corn, and lima beans), Canned, With Salt, Without Salt, No Salt Added, Low Sodium, or Other, (CID A-A-20120E ,Type II, Style A, B, C, D, or E). Minimum Drain Weight of 64 oz. Originated from crops that have been 100 percent grown, processed,and packed in the United States or Canada. 6/#10 cans **CANS ONLY**, 224, CS; LI 016: 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 **CANS ONLY**, 224, CS; LI 017: Rice, Bulk, 50 Pound Bag Rice, U.S. Grade No. 1 or 2, Long Grain MILLED Rice, Parboiled Light, 35000, LB; LI 018: Spinach, Canned, 6-#10 Vegetable, Spinach, Cut leaf or Sliced, U.S. Grade A, U.S. Fancy, U.S. Grade B, or U.S. 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, 6/#10 cans **CANS ONLY**, 168, CS; LI 019: Tomatoes, Diced, 6-#10 Case Tomatoes, Canned, Diced, as defined in the standard of identity for canned tomatoes (21 CFR 155.190). U.S. Grade A- C, Average Drained weight of 54.7 to 63.5 ounces per #10 can/pouch. 6/#10 cans **CANS ONLY**, 784, CS; LI 020: Breakfast Cakes & Pastries, Each Breakfast Cakes & Pastries, Asst. Ind. 3oz minimal Pastries, Breakfast Cakes, Assorted, Individual, Fresh or Frozen. Thaw and Serve, or Bake and Serve.(Muffins, Bagels, Donuts, Cinnamon Rolls, etc.) Specify item, size case count. and if items contain yeast on bid. Items will not contain poppy seeds. **MUST PROVIDE AN ASSORTMENT OF DIFFERENT SELECTION***, 400000, EA; LI 021: Eggs, Liquid, Frozen, 30 Pound Case Eggs, Pasteurized, Liquid, Frozen. Specify case size on bid., 24000, LB; LI 022: Tater Tots, Frozen, 30 Pound Case Vegetable, Potatoes. (TATER TOTS) Preformed, Precooked, Frozen, Institutional type, Round, Cross-sectional dimension 3/4 to 1" diameter, Length 1 to 1 1/2 inch, 47- 54 units per pound, Unseasoned, seasoned with spices or seasoned with spices and salt. OvenÂ-baked.(CID A-A-20038C, Pack Type II, 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., 21000, LB; LI 023: French Fries Frozen 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. FRYABLE or OVENABLE. U.S. Grade A, U.S. Fancy or U.S. Grade B. As defined in ntle 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., 4500, LB; LI 024: Dessert. Individual Pks. Each Dessert, Asst. Ind.·2oz minimal Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, etc.) Specify Item, size, and case. **MUST PROVIDE AN ASSORTMENT OF DIFFERENT SELECTION***, 60000, EA; 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 marketplacesupport@unisonglobal.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 marketplacesupport@unisonglobal.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 “offerâ€? and “offerorâ€? refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms “bidâ€? and “bidderâ€? refer to an offer submitted in response to an Invitation for Bid (IFB). The term “proposalâ€? refers to an offer submitted in response to a Request for Proposal (RFP). The terms “quotation,â€? “quote,â€? and “quoterâ€? 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 QuestionÂ’ 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. 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 Be sure all items are delivered on April 1, 2019 or before April 19, 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. 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 itemâ€? 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 »