Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

89 -- Q3 FY2017 SOUP BASE BEEF

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
100 U.S Hwy 40 & 4th St, Greenville, IL 62246
 
ZIP Code
62246
 
Solicitation Number
RFQ0407SOUP217JWF_01
 
Response Due
3/9/2017
 
Archive Date
9/5/2017
 
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 RFQ0407SOUP217JWF_01 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 2005-95. 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 2017-03-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Greenville, IL 62246 The DOJ BOP Field Offices - FCI GREENVILLE requires the following items, Meet or Exceed, to the following: LI 001: Soup Base, Bouillon, Beef Flavor, Low or Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type I, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. 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. Quote must include cost for finished 10 gallons of broth. 25 lb. (200lb 25lb containers), 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, DOJ BOP Field Offices - FCI GREENVILLE 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 GREENVILLE 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. Must be not before 04/01/2017 and must be delivered by 04/14/2017 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. Some items may require thawing and cooking to determine specifications compliance. Receipt of delivery may be conditional for a period of three (3) 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. Fiscal Year: 2017 Quarter: 3rd. Institution: FCI Greenville DELIVERY SCHEDULE A complete delivery of all awarded items is expected during April 1 14, 2017. (first month of the quarter). Deliveries will be made Monday thru Friday from 7:30 am to 2:00 pm. Federal holiday deliveries will not be accepted. Contractor failure to meet delivery schedules without an excusable delay and/or failure to conform to contract specifications will negatively affect the contractor s history of past performance. Past performance information 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 the award of future requirements. NOTE: Delivery schedules do have to be pre-arranged with the receiving warehouse. We are First Come, First Served for deliveries. Warehouse Phone: (618) 664-6200 ext. 6013 DELIVERY REQUIREMENTS 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. Some items may require thawing and cooking to determine specifications compliance. Receipt of delivery may be conditional for a period of three (3) 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. Award will be decided by best price, prior performance (late delivery, partial shipments, incomplete shipments, lack of contact with contracting officer) and compliance with national menu specifications. Best Value to the Federal Government will also be taken into consideration when selecting Award. the Government reserves the right to make payments using either Electronic Funds Transfer (EFT) or Government Purchase Card. Awards exceeding $3500 will be accomplished through issuance of a Purchase Order. All awards under $3500 will be accomplished via the Government Purchase Card. Referencing FAR 52.212-4(a) Supplies shall be nonconforming if: 1 The supplies are recalled by the producer. 2 A local, state, or federal agency issues a public health alert regarding the supplies. 3 The facility or farm from which the supplies originated or were processed is found to have violated applicable local, state, or federal health and safety standards. This includes, but is not limited to, the Federal Meat Inspection Act, Poultry Products Inspection Act, or the Food Safety and Inspection Services directives and regulations. Failure to comply with the National Menu Specifications will result in your quoted item not being considered for award. No specification substitutions will be accepted. If a specification does NOT state it must be a product of the United States or Canada, it is acceptable for it to be a "product of" a Foreign Country and distributed in the United States. When options are offered on the specifications, it is the FSA's determination as to what options are put out to bid. Not all options need be put out for bid. (i.e., cans and pouches) Offeror/Contractor must agree with and comply with attached FAR clauses and conditions (see buy attachment). Religious Certification Requirements for Meals All items offered on this bid must be certified by an accepted Orthodox Kosher certification agency from the United States or Canada, such as: OU - Union of Orthodox Jewish Congregations; OK - Organized Kashrus Laboratories; Star K, KOF K; KAJ K'hal Adas Jeshurun; OKS Organization of Orthodox Kashrus Supervision; OV Vaad Hoeir of Saint Louis; CRC - Central Rabbinical Congress of the USA and Canada; CRC - Chicago Rabbinical Counsel; or Kosher Overseers of America. Quoters will include a letter of certification from the religious certification agency dated no more than 11 months from the date of the quote provided. Kosher items will not contain alcohol, emulsifiers, mind altering substances, enzymes and/or chemicals. General Meal Specifications - Items 1 through 15 1) The tray for all meals will be: a) Made with non-metallic packaging that allows microwave and conventional oven heating and be heat sealed directly to the tray with clear plastic and wrapped with a separate sealed clear plastic wrapper which encloses the entire tray. b) A three compartment tray with a large compartment of 21 fluid ounces and two compartments of 6 fluid ounces each. 2) All Meals will contain the food products per the individual product specification including the stated volume and/or weight of item as listed. 3) No substitutions may be made to the meats, vegetables, starches, sauces or preparation methods. 4) Meals (items 1 through 16) may be quoted as frozen and/or shelf stable products. Pricing must be identifiable as either frozen or self stable. 5) Each individual meal must be marked with the certification symbol from the religious certification agency. 6) Heating directions must be provided for various wattage microwaves or oven heating including recommended method. 7) Mixed Vegetables will contain carrots, corn, peas, green beans, and lima beans with: a) Not more than 40 percent by weight carrots. b) Not more than 40 percent by weight corn (sweet, golden or yellow, whole kernel com). c) Not more than 40 percent by weight green peas. 8) Peas and Carrots will contain: a) Not more than 40 percent by weight carrots. b) Not more than 40 percent by weight green peas. 9) Mashed Potatoes will be made with commercially prepared potato flakes without peel, adding only water according to the manufacturers preparation instructions; or fresh potatoes prepared using only water and spices with only the amount of binder which will ensure the product does separate in processing. No extenders of any type are allowed. 10) Tomato Sauce will be commercially prepared or crushed and/or pureed tomatoes, tomato paste and spices using only the amount of binder required to ensure the product does not separate during processing. Prices per line item must not exceed four decimal places (when amount is broken down by unit price per line item). Prices that exceed the fourth decimal place may not be considered. Bids must not exceed four decimal places (when total amount is broken down by unit price). Bids that exceed the fourth decimal place may not be considered. 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. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQ0407SOUP217JWF_01/listing.html)
 
Place of Performance
Address: Greenville, IL 62246
Zip Code: 62246
 
Record
SN04425032-W 20170308/170306235235-e8e39748acdddf06b8aadc70abf3fb9c (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.