SOLICITATION NOTICE
89 -- Meat
- Notice Date
- 3/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- FCI Cumberland, Cumberland, MD 21502
- ZIP Code
- 21502
- Solicitation Number
- RFQP01071300017
- Response Due
- 3/20/2013
- Archive Date
- 9/16/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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 RFQP01071300017 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 FAC 2005-65. The associated North American Industrial Classification System (NAICS) code for this procurement is 112111 with a small business size standard of $0.75M.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 2013-03-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cumberland, MD 21502 The Federal Bureau of Prisons requires the following items, Meet or Exceed, to the following: LI 001: Hotdogs, Beef, Skinless, Cooked, 10 Hotdogs per lb, The finished products may not contain more than 30% fat or no more than 10% water, or a combination of 40% fat and added water, The finished product may not contain more than 3.5% non-meat binders and extenders (such as nonfat dry milk, cereal, or dried whole milk) or 2% isolated soy protein may be used, but must be shown in the ingredients statement on the product's label by its common name. All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Quantity 2400 lbs., 1, lot; LI 002: Meatball, Beef, 1 oz, Fully Cooked, Frozen, No More than 20% Added Ingredients, No Organ Meat, The finished product may not contain more than 3.5% non-meat binders and extenders (such as nonfat dry milk, cereal, or dried whole milk) or 2% isolate soy protein may be used, but must be shown in the ingredients statement on the product's label by its common name, All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts. Quantity 2400 lbs., 1, lot; LI 003: Beef, Ground, Regular Grind, IMPS 136, Frozen, 80% Lean, Delivered cases must be labeled 80/20, Packed in 5 lb or 10 lb chubs, PRODUCT MUST BE IN SEALED BAGS, NO OPEN BAGS OR PACKAGING. Quantity 12000 lbs., 1, lot; LI 004: Beef for Stewing, Raw, IMPS 135A, diced pieces shall be sized - not less than a 3/4 cube or not more than a 1-1/2 cube and no individual surface shall be more than 2.5 inches in length, the fat thickness of not exceed 1/4 inch at any point. Packed in cases no smaller than 10lbs and no larger than to 40 lbs, Delivered Frozen. Quantity 1000 lbs., 1, lot; LI 005: Beef, Ground, Patties, 4 Oz, IMPS 1136, Frozen, 80% Lean, Frozen, Round in Shape, with Paper Separation or Individually Quick Frozen, Delivered cases must be labeled 80/20. Quantity 6000 lbs., 1, lot; LI 006: Chicken, Whole Chicken Tenders, Clipped, Breaded Pre Fried or oven ready, Frozen, 1.5 to 2.5 oz Target weight. The IF, chicken products shall be prepared in accordance with good commercial practice (21 CFR Part 110). Chicken used in the IF chicken products must meet the requirements of FSIS regulations, Packed in poly bag boxes. Quantity 2000 lbs., 1, lot; LI 007: Chicken, Whole Chicken Tenders, Clipped, Un-Breaded, Raw, Frozen, 1.5 to 2 oz. Target weight, A or B quality per the USDA, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq. Packed in poly bag boxes. Quantity 4000 lbs., 1, lot; LI 008: Fish, 4 Oz Portions, Oven Ready, Breaded, Frozen, Cut from solid muscle or fillet block, White meat fish such as but not limited to: Pollack, Whiting, Flounder, Sole, Cod, Tilapia, Etc... Not Minced, Oven Ready Portion Weight 4 Oz, Rectangle Shape, Meetsthe Requirements of Grade A (65% by Weight of Fish Flesh) US Standards for Grades Frozen Fried Fish Portions, Crumb Coated Breading, CID A-A-20325, Fish Species III, Style A, Form B, Type 2, Oven Ready Weight C, Shape (1), Fried Fish Type B, Composition A, Coating (1),. All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Quantity 2000 lbs., 1, lot; LI 009: Kielbasa, Polish Sausage, Beef, Turkey or Chicken-(or combination of), 4 Oz Link, 4 oz. Rope cuts or bulk Rope Link, Artificial or non-pork collagen casing, Fully Cooked, Frozen, The finished products may not contain more than 3.5% non-meat binders and extenders (such as nonfat dry milk, cereal, or dried whole milk) or 2% isolated soy protein may be used, but must be shown in the ingredients statement on the product's label by its common name. All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Quantity 1200 lbs., 1, lot; LI 010: Pork Loin Chops, Bone in Bladeless, 5 oz Target Portions, Imps# 1410B, Frozen, The chops are prepared from Item No. 411, No Mis-cuts, No Injection or solution. Quantity 2000 lbs., 1, lot; LI 011: Pork Roast, Pork, Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Solution or Ingredients Added, No Paper Wrapping, Weight Range A or B, 4 to 8 lb, Quote MUST indicate average roast weight of quoted item. Quantity 3000 lbs, 1, lot; LI 012: Turkey Ham, Frozen, Fully Cooked Chunked and Formed.(No ground, MST or Comminuted meat) No More than 20% Water Added, (No Turkey Ham Picnics), All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Quantity 1500 lbs., 1, lot; LI 013: Turkey, Boneless, Roast, Raw, Natural, Boned Rolled and Tied, netted or in roasting pack, 8 -12 lb Range, Breast Meat (Minimum) 50 %, Skin (Maximum) 12.5%, Sodium content per 4 oz serving must not exceed 200 mg, Label must have nutritional information to include sodium content per serving. Quantity 2000 lbs., 1, lot; LI 014: Breakfast Sausage, Beef, Turkey or Chicken,(or combination of), 2 Oz Patties, Frozen, (no mechanically separated, Comminuted meat) The finished products may not contain more than 3.5% non-meat binders and extenders (such as nonfat dry milk, cereal, or dried whole milk) or 2% isolated soy protein may be used, but must be shown in the ingredients statement on the product's label by its common name. All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Quantity 1200 lbs., 1, lot; LI 015: Burritos, Prepared, Frozen, Beef and Bean w/ red or green chilies, Oven Ready, 5 - 6 Oz, CID A-A-20292, Type II, Flavor B & E, Fry Style 1,. Beef must be prominent in ingredients (listed first). All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Quantity 80 cases., 1, lot; LI 016: Burrito Bean and Cheese 80 count per case. Quantity 40 cases, 1, lot; LI 017: Soy, Textured Protein, Patties, Frozen, 3.5 to 4 oz Portion, Fully Cooked, May Not Exceed 400 Mg of Sodium per Portion. Quantity 100 cases., 1, lot; LI 018: Soy Tofu, Silken Firm Tofu: Water, Soybeans, Isolated Soy Protein, Gluconolactone*, Calcium Chloride. Refrigerated or Shelf stable Packaging, (Must specify packaging on Quote).Quantity 96 lbs., 1, lot; 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, Federal Bureau of Prisons intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Federal Bureau of Prisons 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. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. NO SUBSTITUTIONS, EXACT MATCH ONLY.The vendor may not substitute any item/service listed on this order without prior written approval from the 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 RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP01071300017/listing.html)
- Place of Performance
- Address: Cumberland, MD 21502
- Zip Code: 21502
- Zip Code: 21502
- Record
- SN03011290-W 20130315/130313235143-5f9e246b3014c3771c396fe6c71f135f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |