Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOLICITATION NOTICE

89 -- FCI ENGLEWOOD FY17 2ND QTR Subsistence - Turkey/Pork

Notice Date
11/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
9595 W. Quincy Ave, LIttleton, CO 80123
 
ZIP Code
80123
 
Solicitation Number
RFQ04031700020
 
Response Due
11/21/2016
 
Archive Date
5/20/2017
 
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 RFQ04031700020 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 2005-91-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 112330 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 2016-11-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Littleton, CO 80123 The DOJ BOP Field Offices - FCI ENGLEWOOD requires the following items, Meet or Exceed, to the following: LI 001: Meats, Italian Sausage, Pork, Pork and Turkey (pork is predominant) or Pork and Chicken (pork is predominant), Sweet, Links. Italian sausage is a fresh, uncooked, linked product. The meat components shall be chopped or ground to a moderately course texture. The sausage itself (or interior cut surface of links) is moderately coarse in texture with a uniform color ranging from medium to dark reddish-brown with evenly distributed fat particles. The links shall be in a natural hog or collagen casing 5 to 6 inches in length. Links shall be moderately uniform in length and diameter. IMPS 818, Italian Sausage, Formula D, P2, or P3, Flavoring B, Type E. Product will be delivered frozen. QTY: 1,000 LBS, 1, LOT; LI 002: Turkey Bacon by the pound Turkey Bacon, Smoked or Unsmoked, Chopped and reformed Turkey, Cured or Uncured, Any fat and sodium content. Size of package to be noted on bid. QTY: 800 LBS, 1, LOT; LI 003: Turkey Burgers, Pounds Meats, Turkey Burger, Ready to Cook or Fully Cooked, Natural, White or Dark Turkey, Any weight,. NOT Mechanically Separated (MST). Fat content up to 15% and Sodium content by commercial practices. (CID A-A-20300, Type I or II, Type of turkey meat A-C, Style 2, Any weight, Fat content a ? d, and Sodium content i). Size of patty to be determined locally and size noted on bid. QTY: 2,000 LBS (4 OZ PATTY), 1, LT; LI 004: 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 on the label in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Manufacturer?s letters will NOT be accepted in lieu of labeling. QTY: 1,000 lbs (4-5 lb each), 1, LT; LI 005: Meats, Pork Roast, Pork Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Paper Wrapping, Weight Range A or B, 4 to 8 lb. Quote MUST indicate average roast weight of quoted item. QTY 4,000LBS, 1, LT; LI 006: Turkey Roast, Raw, by the pound Meats,Turkey, Boneless, Roast, Raw, Natural, Boned Rolled and Tied, netted or in roasting pack. Breast meat or breast/thigh meat (8-12 lb each) or whole muscle thigh meat (4-5 lb each). Skin (Maximum) 12.5%. Products produced or labeled with any phrase related to ?under religious exemption? will be refused. QTY: 1,000 LBS, 1, LT; LI 007: Pork Sausage Patty Sausage, Breakfast, Cooked, Breakfast sausage is a cooked, patty sausage. The meat components consist of moderately course-cut beef or moderately coarse-cut beef and poultry formulation. QTY: 1,000 LBS (2 oz patty's), 1, LT; 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 - FCI ENGLEWOOD 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 - FCI ENGLEWOOD 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. The line items are bid as a "LOT" price not individual cases. Any bid that is received as a unit price bid will not be accepted and the vendor will not be eligible for award. 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. 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. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. The Federal Bureau of Prisons Warehouse at FCI Englewood is open Monday thru Thursday from 7:30am-2:30pm. Friday deliveries are scheduled by appointment only. It is recommended that the vendor contact the FCI Food Service Department of notify of all deliveries. The point of contact is listed in the Buy Attachment Document labeled " Notice to Offerors" 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). 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. Per FAR 52.27-103-71 Faith-Based and Community-Based Organizations (Aug 2005), Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. [End Provision] Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability (Deviation 2014-01) (November 2013) (a) In accordance with sections 536 and 537 ofthe Commerce, Justice, Science, and Related Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a orporation - (I) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware ofthe conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The offeror represents that, as of the date of this offer- (1) the offeror is []is not []a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is [ ] is not [ ] a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) ***By accepting acknowledgement of this provision you certify that you're not delinquent under paragraph b(1) and b(2).*** FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2014) is hereby incorporated by reference. If supplying a different case size, ensure the minimum quantity required is met and specify your specific case size.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQ04031700020/listing.html)
 
Place of Performance
Address: Littleton, CO 80123
Zip Code: 80123
 
Record
SN04322775-W 20161110/161108234223-3fbbcd43677e595323f34124c752afc0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.