SOLICITATION NOTICE
89 -- USP Leavenworth Q3 Food Solicitation
- Notice Date
- 2/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1300 Metropolitan Ave., Leavenworth, KS 66048
- ZIP Code
- 66048
- Solicitation Number
- RFQP0408140003-2
- Response Due
- 3/12/2014
- Archive Date
- 9/8/2014
- 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 RFQP0408140003-2 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 2005-72. 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 2014-03-12 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Leavenworth, KS 66048 The DOJ BOP Field Offices - USP LEAVENWORTH requires the following items, Meet or Exceed, to the following: LI 001: Spaghetti/Meatball Meal, 12 each/case Kosher Meat - 20 Ounce Spaghetti and Meatballs Meal consisting of: - 4 ounce-weight cooked Beef Meatballs (made with ground beef with not more than: 20% fat; 20% added ingredients ;) - 5 ounce-weight Spaghetti Pasta - 3 ounce-weight Tomato Sauce - 8 ounce-weight Sweet Peas Note: The finished product of the Meatball may not contain more than 3.5% of a non dairy- non-meat binders and extenders 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., 20, CS; LI 002: Disposable Spork, 1000 each/case, 100, CS; LI 003: Pasta, Elbow Macaroni, 20 Pound Case Pasta, Macaroni, Elbow Form,, Packaging: 5 lb to 40 lb sealed bags, Enriched, Regular, CID A-A-20062D, Style A., 100, CS; LI 004: Pasta, Lasagna, Pounds, 20 Pound Case Pasta, Lasagna Noodles, Curl Form, Packaging: 5 lb to 40 lb sealed bags, Enriched, Regular, CID A-A-20062D, Type VIII, Style A., 25, CS; LI 005: Pasta, Spaghetti, 20 Pound Case Pasta, Spaghetti, Long Form, Packaging: 5 lb to 40 lb sealed bags, Enriched, Regular, CID A-A-20062D, Style A., 65, CS; LI 006: Soup Base, Chicken, LS, 25 pound tub Spice, Soup Base, Chicken Flavor, No Animal Products, Low Sodium, (maximum of 140 mg of sodium per 8 oz. of finished product), The finished product must be completely soluble in boiling water when prepared according to the label instructions. Single yield: The one (1) 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 lb = 10> gal) (triple yield -1 lb = 15> gallon). Yield must be marked on container. All delivered product must be labeled with ingredients. NOTICE: Quote must include cost for finished 10 gallons of broth 1 lb to 25 lb sealed containers., 4, EA; LI 007: Vegetable Soup Base, by the pound Spice, Soup Base, Vegetable, No Animal Products, Low Sodium, (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 (1) 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 lb = 10> gal) (triple yield -1 lb = 15> gallon). Yield must be marked on container. All delivered product must be labeled with ingredients. NOTICE: Quote must include cost for finished 10 gallons of broth 1 lb to 25 lb sealed containers., 310, EA; LI 008: Pancakes, Frozen, Each, 144 Count Case Pancakes, Fully Cooked, Frozen, Size: 1.25 to 1.4 Each, CID#A-A-20282., 100, CS; LI 009: Tortilla, Flour, Each, 360 Count Case Tortillas, Flour, Shelf Stable or Frozen, Minimum 8? Diameter., 104, CS; LI 010: Waffles, Fzn. 144 Count Case Waffles, Fully Cooked, Frozen, Size: 1.25 to 1.4 waffle, CID A-A-20234B. 96 or 144 count case. Quoter must indicate which size case bidding on., 600, CS; LI 011: Potato Chips, Ind., Each, 60 Count Case Potato Chips, Individual 1 Ounce Sealed Individual Package., 800, 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 - USP LEAVENWORTH 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. DOJ BOP Field Offices - USP LEAVENWORTH 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid 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 being determined to be non-responsive. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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/. 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 http://www.acqnet.gov/far. 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). Award Criteria-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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror 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 solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP 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. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. 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 be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. A. All packaging and packing shall be in accordance with good commercial practice. Labeling shall be in accordance with commercial labeling complying with the Federal Food, Drug and Cosmetic Act and regulations promulgated there under. Shipping containers shall be in compliance with the National Motor Freight Classification and Uniform Freight Classification Code. B. Semi-perishable items shall be snugly packed in shipping containers that fully comply with the National Motor Freight Classification and Uniform Freight Classification Code, as applicable. C. Frozen product must be processed and packed to allow removal of the individual units from the container without damage to that or other units. The intent is to be able to remove only that amount of product required for current needs, without the necessity of defrosting all units. Meats, poultry, and seafood should be vacuum packed when practicable. In all instances the packaging must protect the product from freezer burn and contamination D. To ensure that the carrier and the receiving activity properly handle and store items, standard commercial precautionary markings such as ?KEEP FROZEN? for frozen items, ?KEEP REFRIGERATED? for chilled items, etc. shall be used on all cases when appropriate. E. Chill and freeze products must be shipped in refrigerated (Reefer) Vans and appropriately separated per temperature requirements. F. To the maximum extent possible, nutritional and ingredient labels shall be placed on the individual package. A. Inspection and acceptance of products will be performed at destination. The inspection is normally limited to identify, count and condition; however, this may be expanded if deemed necessary by either the Food Service Administrator or the Contracting Officer. B. All deliveries are subject to inspection, if deemed necessary or as requested by the Receiving Officer. The contractor?s delivery vehicles shall be equipped to maintain the appropriate temperatures and product segregation as necessary to deliver products at the proper temperature. Deliveries shall be made in clean, closed vehicles. When transporting food items, the vehicles shall be maintained in good sanitary condition to prevent contamination of the material. Delivery vehicles used to deliver items under this contract may be subject to inspection at destination. In addition, the delivery vehicles will be inspected for cleanliness and condition. C. The Government?s authorized receiving official at each delivery point is responsible for inspecting and accepting products as they are delivered. The delivery ticket shall not be signed prior to the inspection of each product. All overages/shortages/returns are to be noted on the delivery ticket by the Government?s authorized receiving official and truck driver. The Government?s authorized receiving official?s signature on the delivery ticket denotes acceptance of the product. D. The contractor shall forward three (3) copies of the delivery ticket/invoice with the shipment. The receiving official will use the delivery ticket/invoice as the receipt document. Two (2) copies of the signed and annotated delivery ticket/invoice will serve as the acceptance document. No electronic invoice shall be submitted for payment until acceptance is verified. Requirement All products delivered shall be as fresh as possible and within the manufacturer?s original shelf life (i.e., Best if Used by Date, Expiration Date, or other markings). Products commonly sold ?Chill? in the commercial market but required/identified as "frozen" in the item description should be purchased frozen from the manufacturer. These highly-perishable and short-shelf life items may include but are not limited to: hot dogs, bologna, bacon, deli meat(s), cooked ham(s), other cooked meat(s), and cheeses. These items should be frozen at the manufacturer's plant (preferably) and/or shall be blast-frozen by the Contractor following the manufacturer?s ?Freeze-by-Date? guidelines to preclude degradation and to extend shelf-life. Documentation of the manufacturer?s recommended ?Freeze-by-Date? and the frozen item recommended shelf life should be available for review if the product is blast-frozen at the Contractor's facility. Products required by the Item Description to be chilled must be maintained and delivered chilled; products required to be frozen must be delivered frozen. Unless approved by the Contracting Officer, no product shall be slow-frozen. A. Shelf life requirements: 1. For annual pack items, products shall be from the latest seasonal pack available, unless approved in advance by the Contracting Officer. Annual Pack items shall not be older than one year from Date of Pack/Production Date upon receipt at the Contractor facility. 2. For items produced with shelf life greater than 90 days, no product shall be delivered to customers with less than 30 days manufacturer?s original shelf life remaining unless the customer grants prior written approval to the Contracting Officer who will in turn notify the Contractor. 3. For items produced with shelf life less than 90 days, no product shall be delivered to customers with less than 5 days manufacturer?s original shelf life remaining unless the customer grants prior written approval to the Contracting Officer who will in turn notify the Contractor. 4. Commercial standards shall be used to maintain temperatures appropriate for individual items. Products required to be chilled must be maintained and delivered chilled, and products required to be frozen must be maintained and delivered frozen (no product shall be slow-frozen in any case). B. Level of Product Quality: 1. When designating an item as a match for the item in the schedule of items listed in the solicitation, the item must be: a. Identical in respect to packaging when the unit of issue is not described by weights (e.g. pound or ounce). b. Identical for portion/package size and units per pack. c. Equivalent in respect to grade or fabrication. 2. The Contractor may only offer a substitute after receiving authorization from the contracting officer. Substitutes must be of equal or higher utility and higher quality and of same or lower price. 3. All items must meet or exceed the Government?s item description. In order for frozen items to be accepted by the receiving activity, the following criteria must be observed: a. Packages must be solid, not soft, upon arrival; b. Container and wrapping must be intact and in a solid condition; c. Packages must be free of drip and show no evidence of thawing and re-freezing (i.e. watermarks on boxes; off odor) or dehydration. d. Cello wrapped packages must not be discolored or show other signs of freezer burn. A. If product is determined to be defective, damaged, and/or compromised in any other manner, it may be rejected by the Government?s authorized receiving official. B. Product found to be non-conforming or damaged, or otherwise suspect, the Government?s authorized receiving official shall reject the item and/or determine the course of action to be taken with the product in question. The final decision to accept or reject the product is to be made by the Government?s authorized receiving official. C. In the event an item is rejected, the delivery ticket/invoice shall be annotated as to the item(s) rejected. These items shall then be deducted from the delivery ticket/invoice. The invoice total must be adjusted to reflect the correct dollar value of the shipment. Replacements will be authorized based on the customer?s needs. To the greatest extent possible, on an as-needed, emergency basis, same day re-delivery of items that were previously rejected shall be made, so that the customer?s food service requirements do not go unfulfilled for that day. These re-deliveries will not constitute an emergency, and therefore will have no additional charges. D. In the event that a product is rejected after delivery is made, the Contractor will pick up the rejected product or make other disposition arrangements deemed acceptable by the contracting officer. E. It is a requirement of this award that product shall be inspected by the Government to effect receipt. However, failure to promptly inspect or accept supplies at the time of receipt shall not relieve the contractor from responsibility, nor impose liability on any of the customers, for nonconforming supplies. When an item is rejected the vendor is to take the food back to its location. F. Supplies transported in vehicles which are not sanitary, or which are not equipped to maintain prescribed temperatures, may be rejected without further inspection. G. Upon rejection of any item, the contractor will be issued a cure notice pursuant to the termination for cause section of FAR 52.212-4. Pursuant to FAR 52.212-4 (f) Excusable delays, the Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. Delivery will be made to the following address: United States Penitentiary Food Service Warehouse 1300 Metropolitan Avenue Leavenworth, KS 66048 Deliveries will be accepted from 7:30 a.m. to 11:00 a.m. and 12:00 p.m. to 2:30 p.m. Monday through Fridays, excluding Federal Holidays. Calls regarding delivery should be made to the Food Service Warehouse Foreman, 913.682.8700 x 1318. This is a fill or kill award, meaning that successful quoters receiving award documents will ship all of the awarded items in one shipment by the date specified below. Deliveries will be made between April 1, 2014 and April 11, 2014, unless otherwise agreed to by J. Langford, Food Service Administrator.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP0408140003-2/listing.html)
- Place of Performance
- Address: Leavenworth, KS 66048
- Zip Code: 66048
- Zip Code: 66048
- Record
- SN03299014-W 20140301/140227235201-28cb86c7ad7bfd2a5f06ec7954b50a22 (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 |