Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

89 -- FCC Allenwood Subsistence - Additional Items - Combined Synopsis Solicitation

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Allenwood, PO Box 3500, Rt. 15, 2 Miles North of Allenwood, White Deer, Pennsylvania, 17887
 
ZIP Code
17887
 
Solicitation Number
15B20118Q00000011
 
Archive Date
9/3/2018
 
Point of Contact
Andrea Gavitt, Phone: 5705470963
 
E-Mail Address
amgavitt@bop.gov
(amgavitt@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
Bid Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. Solicitation: 15B20118Q00000011 All Interested Parties: The Federal Bureau of Prisons, Federal Correctional Complex, Allenwood, Pennsylvania will issue solicitation 15B20118Q00000011 for the requirements of additional food items. This Combined Synopsis Solicitation is 100% set aside for small business. FOB Destination with delivery dates of August 1 - 3, 2018. The NAICS Code for this solicitation requirement will be 311999. Deliveries will be made to FCC Allenwood State Rt 15 2 miles North of Allenwood, Allenwood PA 17810. The contract type is a firm-fixed price. All future information about this acquisition, including solicitation amendments will be distributed through www.fbo.gov. Interested parties are responsible for monitoring this site to insure they have the most up to date information about this solicitation. The Government reserves the right to decide how payment will be made using either Electronic Funds Transfer (EFT) or Government Purchase Card. Faith-based and Community-based organizations can submit quotations equally with other organizations for contracts for which they are eligible. The Government will award to responsible vendor(s) whose offer, conforms to the solicitation, and are considered to be most advantageous to the Government. Past performance will be considered approximately equal in value to price. Past Performance (poor past performance, failure to deliver awarded items in the past, not meeting required specifications, etc.), may result with the vendors quotes being considered as a non-responsible vendor. Please include shipping in all pricing. The following criteria will be used to evaluate the offers: 1 - Price 2 - Past Performance to include timeliness of delivery, providing correct product as specified, meeting quoted specifications, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded. 3 - Technically Acceptable Item Do not change specifications of the solicitation or quote will be removed from consideration. All items must be in compliance with BOP National Menu Specifications. FCC Allenwood reserves the right upon inspection to return the items if they are damaged or not to specifications as listed in the solicitation at offerors expense. Meat Items must be dated within 9 months' time of delivery date or fresher, or as otherwise indicated in the line item specification. Receipt of delivery may be conditional for a period of three days in order to allow for adequate examination and testing. Items which are conditionally received and found to be unacceptable must be picked up at the vendors' expense within two weeks of non-compliance notification. If the product is not picked up within two weeks it will be disposed of by warehouse staff. Expired or non-dated items will be refused and returned at offerors expense. Do not change case counts, or your quote will be removed from consideration. Ship exactly what is quoted or the item will be rejected at the warehouse at vendor's expense. Manufacturer's letters will not be accepted. Items must be labeled as specified. Any product delivered stating processed or packed under "religious exemption" or any variation thereof will be rejected. Each offeror is required to complete their representations and certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online. SAM replaces CCR/Fed Reg, ORCA, and EPLS. If you have been using those systems, you should now go to www.sam.gov to find your information. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. Instructions for Quoting: Each Food Service contractor must complete their respective representations and certifications via the On-line Representations and Certifications Applications (ORCA) at https://www.sam.gov, as provided in FAR 52.212-3. Make sure to include your (DUNS) number with your quotation. • Place quotes on the attached quote sheet. • Fill in offeror name and DUNS number at the top of each page of the quote sheet. • Please ensure that you only bid on items that you can and will provide meeting the provided specifications. If you cannot provide items that you were awarded, you will be removed from the offeror list. • It is the vendor's responsibility to ensure that the quote is received. • Attachments cannot be over 14 Mb. • QUOTE ONLY on Items that Meet the REQUIRED SPECIFICATIONS as provided. • Electronically submitted quotations only: amgavitt@bop.gov • Quotations must be received no later than Friday, July 20, 2018, 1200 P.M. EST. • Please do NOT mail your responses. • We will anticipate the delivery of awarded items during the week of August 1 - 3, 2018 unless other delivery arrangements are agreed upon. Failure to deliver within the specified date range or delivery date may result in awarding to the next lowest offeror. MEAT Product Samples - 52.212-1(d) - Product samples will be requested at the Food Service Administrators discretion. If product samples are requested the following will apply: Product Samples - FCC Allenwood is requesting product samples, as needed, at or prior to the time specified for receipt of offers. These samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during pre-award testing. Samples should be of 6 serving sizes, label, and lot number of the product. Instructions for Shipping/Receiving: Pallets are to be no higher than 5 ft., unless there is a pallet in between separating. 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. Items that fail to meet specifications will be refused. Pallets should have like items on them. Also, items should not be scattered on many pallets just to fill space. Mixed pallets will have to be broken down to count items. Items will be signed for as 'conditionally received' until items can be properly accounted for and to avoid delays at the receiving point. You will be notified of any differences found after items have been counted, either at time of delivery or a later time if they cannot be counted at time of delivery. Items shipped by weight need to have catch weight sheets for each unit shipped (i.e. weight by the box or case). Catch weight sheets need to be received at time of delivery. Shipments without catch weight sheets will be signed for as 'conditionally received' until items can be properly accounted for and to avoid delays at the receiving point. You will be notified of any differences found after items have been counted, either at time of delivery or a later time if they cannot be counted at time of delivery. 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. All items will be closely inspected. Receipt of delivery may be conditional for a period of three (3) days in order to allow for adequate examination and testing. Rejected deliveries in whole or part will be returned at the offeror's expense. Rejected items failed to be picked up within two weeks will be disposed of by warehouse staff. Delivery times are 630 AM to 230 PM Monday - Friday (Excluding Federal Holidays) Items designated as weekly delivery will be designated a delivery day Monday thru Friday at time of award. Quantities will be requested weekly. Deliveries will be palletized according to institution as shown on the weekly order form, and contents of each pallet labeled. Invoicing Instructions: Invoice only items that have been delivered. Invoiced items need to match items, and units of measure as shown on the purchase order. Invoices that do not match the purchase order will be returned and payment may be delayed. The point of contact for all information regarding this solicitation is Andrea Gavitt, Contract Specialist, (570) 547-0963 x6183. Offers will be accepted via e-mail to the attention of amgavitt@bop.gov. CONTRACT CLAUSES 52.212-1 Instructions to Offerors-Commercial 52.212-2 Evaluation - Commercial Item 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20104/15B20118Q00000011/listing.html)
 
Place of Performance
Address: Federal Bureau of Prisons, FCC Allenwood, Rt 15, 2 Miles North of Allenwood, Pennsylvania, 17810, United States
Zip Code: 17810
 
Record
SN04987981-W 20180713/180711231424-9ff59ef86bff4d91506823dacb560118 (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  © 1994-2020, Loren Data Corp.