89--Final Bid - FCI Herlong FY19 Q4 Subsistence
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 solic... 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 977575 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. 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.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-17 13:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Herlong, CA 96113 The DOJ BOP Field Offices- FCI HERLONG requires the following items, Meet or Exceed, to the following: LI 001: Beans, Dry, Black, Whole, U.S. Grade 1 -3, 25000, LB; LI 002: Beans, Dry, Navy, Whole, U.S. Grade 1 -3, 2000, LB; LI 003: Beans, Dry, Pinto, Whole, U.S. Grade 1 - 3, 25000, LB; LI 004: Corn Meal, Degermed (lower fat), Enriched, Yellow Only, Course Granulation (CID A-A-20066B, Type III, Class B, Color 1 or 2, Granulation a)., 2000, LB; LI 005: Cereal, Prepared, Ready to Eat, Wheat, Bran Flakes, made from Whole grains or combination of whole and refined grains. (CID A-A-20000D, Type I, Class 5, Grain Composition A). Bulk package range 12 to 40 lb case. In sealed bags Product of USA or Canada. Specify case weight on bid., 800, LB; LI 006: Cereal, Rolled Oats, Quick cooking, Unflavored, Any Style, 25 lb bags (CID A-A-20090F, Type II, Flavor A, Style 1 - 3), 6000, LB; LI 007: Dressing, Salad, Italian, Low Cal 4 - 1 Gallon Plastic Containers per Case, CID A-A-20030A, Type IV. NAME BRAND WISHBONE, KRAFT. NO IPS, WINSTON, LUCKY, OR ELWOOD, 37, CS; LI 008: 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., 12, CS; LI 009: Jelly, Fruit, Standardized, Sugar Free Variety, Apple, Apricot, Cherry, Grape, Orange, Peach, Raspberry, or Strawberry. Regular or Reduced Sugar, U.S. Grade A or Equivalent. (CID A-A-20078C, Kind A, B, F, M, R, S, Y, or AA, Style 1 or 2. Finished product quality a or b. 10 Gram Individual Portion Each. 200 per case, 69, CS; LI 010: Sugar Substitute, Non-Carbohydrate, Saccharin, Acesulfame K, Aspartame, Sucralose, Neotame, or Rebaudioside A, Granular, Packaged in Envelopes/Packets. (CID A-A-20178C, Types I-VI, Style A, Package 1). Each individual is .80 to 1.0 Gram. 3,000 per case, 20, CS; LI 011: Peanut Butter, Regular or Reduced Fat, Smooth or Chunky/crunchy, Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, Style I, Class A or B, Texture 1 or 3, Type a, Fortification 1, Seasoning (a) or (b). 1 to 50 lb sealed containers. Specify weight of container on bid., 6000, LB; LI 012: Peanut Butter, Regular or Reduced Fat, Smooth, Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, Style I, Class A or B, Texture 1, Type a, Fortification 1, Seasoning (a) or (b). 2 oz Individual Packets. Specify total count per case on bid., 8000, EA; LI 013: Hummus Prepared. Made from cooked mashed chickpeas, blended with Tahini (Tehena), oil, citrus juice, salt and garlic. Individual or bulk. Quote must specify if bidding on individual or bulk as well as case size. Product will not contain any animal by products or ingredients., 1428, LB; LI 014: Tortillas, White with spices or herbs, or Other. 7" - 10" in diameter, Round Shelf stable, refrigerated, or frozen, Table Ready. (CID A-A-20143B, Type 1, 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., 10510, EA; LI 015: Salsa, Ready Made, Mild Salsa, 6/#10 cans per case, CID#A-A-20210., 20, CS; LI 016: 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 or pouches per case. State can or pouch on bid., 125, CS; LI 017: Beans, Kidney or Red, Canned, In Brine, Meatless, Light or Dark Red.(CID A-A-20134C, Type I or IV, Class C, D, E or I, Style 1) 6/#10 cans or pouches per case. State can or pouch on bid., 56, CS; LI 018: 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 C or 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 or pouches per case. State can or pouch on bid., 128, CS; LI 019: Cherries,Pitted, Packed in Water, 6/#10 cans or pouches per case., 26, CS; LI 020: 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 or pouches per case. State can or pouch on bid., 168, CS; LI 021: Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Super sweet, 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 or pouches per case or 6/75 oz vac-pack cans per case. State type of can or pouch on bid., 92, CS; LI 022: 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., 56, CS; LI 023: "Soy Protein Products (SPP), Meat Flavor, Bits or Crumbles. Soy Protein Products (SPP) covered by this specification are food products produced by the reduction or removal from soybeans of certain of the major non-protein constituents (water, oil, carbohydrates) in a manner to achieve a protein content of: – in the case of soy protein flour (SPF) 50% or more and less than 65%; – in the case of soy protein concentrate (SPC) 65% or more and less than 90%; – in the case of soy protein isolate (SPI) 90% or more. The protein content is calculated on a dry weight basis excluding added vitamins, minerals, amino acids and food additives. Product comes dehydrated, in bulk packaging. Product will not contain any animal by products or ingredients.", 350, LB; LI 024: 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 to be alternative for Chicken Patty. Product will not contain any animal by product or ingredients., 1500, EA; LI 025: Meats, Chicken, Boneless, Skinless, Raw, White Meat, (Tender/Breast Meat) Frozen, A or B quality per the USDA, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq. Boneless, skinless breasts must be free of cartilage and fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated with tenderloins are permitted. Tenderloins or boneless, skinless parts must be free of blood clots, bruises, cuts, tears, and holes in the muscle tissue. Slight discolorations and separation of the muscle tissue is permitted on boneless, skinless parts, provided it does not detract from the appearance of the product. Boneless, skinless parts may be diced. The dicing process must result in size-reduced portions of meat that are intact, not mutilated, and with surfaces relatively smooth in appearance. Individual size-reduced portions of meat must be relatively uniform in size and shape, and consistent with the size reduction process. Unbreaded. 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., 6000, LB; LI 026: Meats, Beef, Ground, 80% Lean, IMPS 136, delivered Frozen. Ground Beef shall consist of chopped fresh and/or frozen beef without seasoning. In addition product must be produced from current raw material, no bench trimmings, steak trim, or re-ground product to be used as raw material. Finished product shall not contain more than 20 percent fat, and shall 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 CLEARLY ON THE LABEL, (NO STAMPED OR WRITTEN DATES ALLOWED). When beef cheek meat (trimmed beef cheeks) is used in the preparation, the amount of such meat shall be limited to 25 percent; (NO ORGAN OR TONGUE MEAT) Delivered cases must be labeled All Beef, Pure Beef, or 100% Beef and with fat percentage. Manufacturer’s letters will NOT be accepted in lieu of labeling. Upon delivery, product must have a rosy red appearance. Product 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. Note weight of packaging and case size on bid., 1800, LB; LI 027: Meats, Sausage, Breakfast, Cooked, Beef, Beef and Turkey (beef is predominant), or Beef and Chicken (beef is predominant). IMPS 817, Breakfast Sausage, Cooked, LInk 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. The patties shall be uniform in diameter. IMPS 817, Breakfast Sausage, Cooked, Formula D, P or P1. Product shall be delivered frozen.Size of links to be noted on bid., 5000, LB; LI 028: 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 1, Salt/Sodium Level A, B, C, or D). Sodium content will not exceed 1.5% 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 Cans per Case, 90, CS; LI 029: Cheese Shredded, Pounds, 408, LB; LI 030: Eggs, Pasteurized, Homogenized Whole, Frozen. Specify case size on bid, 4000, LB; LI 031: Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, etc.) Specify Item, size, and case count on bid., 7035, EA; LI 032: Powdered Cake Mix, White Cake, CID A-A-20181B, Type 1, Style H, 1000, LB; LI 033: Powdered Muffin Mix, Blueberry Muffins 50lb Bags. CID A-A 20181B, Type 5, Style D, 1500, LB; LI 034: Pie Filling, Cherry, 36 Pound Pail, 40, EA; LI 035: Pie Filling, Raspberry, 40 Pound Pail, 33, EA; LI 036: Kosher Peanut Butter, Regular or Reduced Fat, Smooth, Stabilized, Non-fortified, Salted or Unsalted, Certified Kosher Parve, Each. 4 oz Individual Packets. (CID A-A-20328B, Style I, Class A or B, Texture 1, Type a, Fortification 1, Seasoning (a) or (b). Each individual package must be marked with the kosher certification hechsher. Specify case count on bid., 3600, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.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- FCI HERLONG intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. DOJ BOP Field Offices- FCI HERLONG 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process.Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Deliveries will be accepted from 6:30 a.m. to 1:00pm Monday through Fridays, excluding Federal Holidays. Calls regarding delivery should be made to the Food Service Warehouse Foreman, (530) 827-8785. Delivery dates not prior to 7/1/2019 and not after 7/17/2019 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. 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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. 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. FAR 15.304(e) Unless all offers are rejected, award will be made to the responsible Offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. Some items may require thawing and cooking to determine specifications compliance. Receipt of delivery may be conditional for a period of five (5) days in order to allow for adequate examination and testing. Items that fail to meet specifications will be refused. Items which are conditionally received, and found to be unacceptable, must be picked up at the vendors’ expense within two (2) weeks of noncompliance notification. If the product is not picked up within two (2) weeks, it will be disposed of by warehouse staff. No items will be accepted after the final delivery date without prior approval of the Contracting Office. To request approval, Contractors must submit written notice to the Contracting Office in accordance with FAR clause 52.212�4, specifically paragraph (f) Excusable Delays, prior to the final delivery date. Contractor Failure to meet delivery schedules without an excusable delay and or failure to conform to contract specifications will negatively affect the contractors history of past performance. Past performance may be used by the government to make future award decisions and or may result in a finding that the quoter is not responsible for award of future requirements. No partial shipments are permitted unless specifically authorized at the time of award.All deliveries must be palletized unless prior arrangements were agreed to by warehouse staff.All non-frozen, perishable foods must be delivered between 34 degrees F and 40 degrees F.All canned goods must be delivered above 34 degrees F and not frozen.All frozen foods must be delivered at 0 degrees F or below.Any product that indicates prior thawing will be refused.All certified religious diet items must be marked with the Kosher Symbol on individual packages or the item will be refused.All items must strictly be in compliance with the BOP National Menu Specifications. Food Service Contractors have the responsibility of understanding these specifications. Contractors must obtain a copy of the National Menu Specifications prior to quoting.All items will be closely inspected. The Government’s rights after a termination for cause shall include all the remedies available to any buyer in the marketplace. The Government’s preferred remedy will be to acquire similar items from another contractor and to charge the defaulted contractor with any excess reprocurement costs together with any incidental or consequential damages incurred because of the termination. Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. 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. FAR 15.304(e) Unless all offers are rejected, award will be made to the responsible Offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, SPECIFICALLY PAST PERFORMANCE, when combined, are significantly more important than cost or price; however, cost/price will contribute to the selection decision.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »