Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

89 -- FCI ENGLEWOOD FY20 1ST QTR Subsistence Kosher Meals

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
9595 W. Quincy Ave., Littleton, CO 80123
 
ZIP Code
80123
 
Solicitation Number
15B40319Q0000076
 
Response Due
9/18/2019
 
Archive Date
3/16/2020
 
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
CANCELLATION NOTICE: 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 15B40319Q0000076 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 446191 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-18 16:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.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: HALAL BEANS & FRANKS MEAL - Halal Meat-18 Ounce Beans and Franks Meal consisting of: - 4 ounce Beef Franks or Cocktail Franks no artificial colors, - 8 ounce-weight Vegetarian Beans w/Tomato Sauce - 6 ounce-weight Diced Potatoes Note: The finished product of the Beef Frank 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. (12 COUNT CASE) SEPCIFY CASE COUNT ON BID, 2, CS; LI 002: Halal TURKEY CUTLET MEAL Halal Meat - 16 Ounce Turkey Cutlet Meal consisting of: - 4 ounce-weight Turkey Cutlet made from chunked and formed white meat (not from mechanically de-boned meat), Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer) - 2 ounce-weight Gravy - 6 ounce-weight Mashed Potatoes - 4 ounce-weight Mixed Vegetables. (12 COUNT CASE) SEPCIFY CASE COUNT ON BID, 2, CS; LI 003: HALAL MEATLOAF MEAL Halal Meat - 16 Ounce Meatloaf Meal consisting of: - 4 ounce-weight Meatloaf (made with ground beef with not more than: 20% fat; 20% added ingredients) - 2 ounce-weight Brown Gravy - 6 ounce-weight Mashed Potatoes - 4 ounce-weight Mixed Vegetables Note: The finished product of the Meatloaf 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. (12 COUNT CASE) SEPCIFY CASE COUNT ON BID, 2, CS; LI 004: HALAL SALISBURY STEAK MEAL Halal Meat - 16 Ounce Salisbury Steak Meal consisting of: - 4 ounce-weight Salisbury Steak (made with ground beef with not more than: 20% fat; 20% added ingredients) - 2 ounce-weight Brown Gravy - 6 ounce-weight Mashed Potatoes - 4 ounce-weight Mature Lima Beans Note: The finished product of the Salisbury Steak 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. (12 COUNT CASE) SEPCIFY CASE COUNT ON BID, 2, CS; LI 005: HALAL CHICKEN CHOW MEIN MEAL Halal Meat - 20 Ounce Chicken Chow Mein Meal consisting of: Chicken Chow Mein entree made from: - 4 ounce-weight Breaded Chicken Nuggets made from chunked and formed white meat (not from mechanically de-boned meat), Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer) - 6 ounce-weight Gravy thickened w/corn starch - 1 ounce-weight Celery, Bell Pepper and Onion - 2 ounce-weight Green Beans - 3.5 ounce-weight White Rice - 3.5 ounce-weight Sweet Peas and Carrots (Chicken Chow Mein Meal, 12 ct) SPECIFY CASE COUNT, 2, CS; LI 006: HALAL SPAGHETTI & MEATBALLS MEAL Halal 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. (Spaghetti/Meatball Meal, 12 ct) SPECIFY CASE COUNT, 2, CS; LI 007: HALAL SOY VEGETARIAN CUTLET MEAL Certified Halal- 13 Ounce Vegetable Protein Cutlet Meal consisting of: - 3.6 ounce-weight (minimum) Vegetable Protein Cutlet. Product not to exceed 260 mg sodium must have a minimum of 12g protein and not less than 5g of dietary fiber. (Must use soy protein concentrate for at least 70% of the Protein requirement) Product must be coated with batter mix or bread crumbs not to exceed 30% of total weight. - 2 ounce-weight Mushroom Gravy - 3.4 ounce-weight White Rice - 4 ounce-weight Lima Beans (Halal Soy Cutlet Meal, Vegetarian 12 CT) SPECIFY CASE COUNT, 1, CS; LI 008: HALAL CHICKEN CACCIATORE MEAL Halal Meat - 20 ounc Chicken Cacciatore Meal consisting of : Chicken Cacciatore made from: -4 ounce-weight Breaded Chicken Nuggets made from chunked and formed white meat, (not from mechanically de-boned meat), Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer) -4 ounce -weight Tomato Sauce -4 ounce-weight Diced Tomatoes 1/2 ounce-weight Mushrooms 1/2 ounce-weight diced Onion, Garlic, spices and vegetable oil -3 ounce -weight Pasta Macaroni -4 ounce-weight Sliced or Diced Carrots (Halal Chicken cacciatore Meal, 12CT) Specify Case count, 1, CS; LI 009: HALAL FISH FILLET MEAL HALAL - 14 ounce Fish Fillet Meal consisting of: - 4 ounce-weight Fish Fillet cut from solid muscle fillet block pollack, whiting, flounder, cod, tilapia: or other white fish flesh fillet (not Breaded) - 2 ounce-weight Tomato Sauce - 4 ounce-weight White Rice - 4 ounce-weight Mature Lima Beans (12 CT. CASE) PLEASE NOTE CASE SIZE ON BID, 2, CS; LI 010: Halal Spanish Omelet Meal Certified Halal - 7 Ounce Spanish Omelet Meal consisting of: - 3 ounce-weight Plain Egg Omelet - 1 ounce Spanish Sauce - 3 ounce Potatoes (12 CT. CASE) PLEASE NOTE CASE SIZE ON BID., 1, CS; LI 011: Halal Cheese Omelet Meal, Kosher Cheese Omelet Entree-Each- 60 POUND CASE Certified Halal- 3 Ounce Cheese Omelet Entree - 3 ounce-weight Plain Egg Omelet W/cheese NOTE CASE SIZE ON BID, 1, CS; LI 012: Halal Bologna Individual Package,Each Halal Bologna Individual Package, 2 oz, 2, CS; LI 013: Kosher Margarine, 1/2 oz Pks, Kosher Margarine, 500 Count Per Case Kosher Margarine, Ounce Sealed Individual Package, Refrigerated or Shelf Stable, Certified Kosher Parve. Each. Each individual package must be marked with the kosher certification hechsher. Specify case count on bid., 7, 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. 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. Bid/Offer MUST be good for 45 calendar days after close of Buy, unless otherwise indicated. 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. 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. 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" 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). If supplying a different case size, ensure the minimum quantity required is met and specify your specific case size. 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. Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase 5 Percent decrease This increase or decrease shall apply to all line items. Delivery of Excess Quantities (Sept 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor s expense or retained and paid for by the Government at the contract unit price is incorporated by reference Offeror Representations and Certifications-Commercial Items (Oct 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision is incorporated by reference
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/15B40319Q0000076/listing.html)
 
Place of Performance
Address: Littleton, CO 80123
Zip Code: 80123
 
Record
SN05470975-W 20191010/191008230655-2b4b3086ab06790d638506436dd27f32 (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.