Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2020 SAM #6930
SOLICITATION NOTICE

89 -- FDC Miami FY21 - 2nd Qtr KOSHER

Notice Date
11/17/2020 9:04:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
FDC MIAMI MIAMI FL 33101 USA
 
ZIP Code
33101
 
Solicitation Number
15B31021Q23001_01
 
Response Due
12/4/2020 12:00:00 AM
 
Archive Date
06/02/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 15B31021Q23001_01 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 2021-02. 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.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-12-04 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Miami, FL 33132 The DOJ BOP Field Offices- FDC MIAMI requires the following items, Meet or Exceed, to the following: LI 001: ""Kosher Parve - 14 ounce Fish Fillet Meal consisting of: - 4 ounce-weight Fish Fillet cut from solid muscle fillet block 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"", 500, EA; LI 002: ""Kosher 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 - 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. "", 500, EA; LI 003: ""Kosher Meat - 16 ounce Chicken Wing Meal consisting of: -5 ounce weight � Bone-in Chicken Wings - 2 ounce weight � BBQ Sauce - 5 ounce weight � Mashed Potato - 4 ounce weight � Mixed Vegetables "", 500, EA; LI 004: ""Kosher Meat - 20 Ounce 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"", 500, EA; LI 005: ""Kosher 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 "", 500, EA; LI 006: ""Kosher 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 - 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. "", 500, EA; LI 007: ""Kosher Meat - 15 Ounce Hawaiian Meatballs with Rice Meal consisting of: - 4 ounce weight � Cooked Beef Meatballs (made with ground beef with not more than: 20% fat; 20% added ingredients) - 2 ounce weight � Sweet Hawaiian Sauce - 5 ounce weight � Cooked White Rice - 4 ounce weight � Green Beans "", 500, EA; LI 008: ""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 - 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."", 500, EA; LI 009: ""Kosher Parve - 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"", 500, EA; LI 010: ""Kosher Parve - 19 Ounce Vegetable Protein Chili Meal consisting of: Vegetable Protein Chili made from: - 4 ounce-weight Textured Soy Protein concentrate seasoned to resemble ground beef. - 3.5 ounce-weight Kidney Beans - 4 ounce-weight Crushed Tomatoes, Onions, spices and stabilizers as required to maintain taste and consistency - 3.5 ounce-weight White Rice -4 ounce-weight Mixed Vegetables"", 500, EA; LI 011: ""Kosher Parve - 16 Ounce Pasta with Vegetable Protein Meat Sauce Meal consisting of: Vegetable Protein Meat Sauce made from: - 0.5 ounce weight � Mushrooms, - 6.5 ounce weight � Pre-Flavored Textured Soy Protein. Pre-flavored to mimic Beef and Italian Sausage. Product to be Vegan. - 5 ounce-weight Cooked Elbow Pasta - 4 ounce-weight Green Beans"", 500, EA; LI 012: ""Kosher Dairy - 16 Ounce Vegetable Protein Lasagna Meal consisting of: Vegetable Protein Meat Sauce made from: - 0.5 ounce weight � Mushrooms, - 6.5 ounce weight � Pre-Flavored Textured Soy Protein. Pre-flavored to mimic Beef and Italian Sausage. Product to be Vegan. - 5 ounce-weight Cooked Ricotta Cheese Roll-up - 4 ounce-weight Green Beans"", 500, EA; LI 013: ""Kosher Dairy - 7 Ounce Cheese Omelet Meal consisting of: - 3 ounce-weight Plain Egg Omelet - 1 ounce cheese - 3 ounce Potatoes"", 200, EA; LI 014: ""Kosher Dairy - 7 Ounce Spanish Omelet Meal consisting of: - 3 ounce-weight Plain Egg Omelet - 1 ounce Spanish Sauce - 3 ounce Potatoes"", 200, EA; LI 015: Kosher Tuna, Chunk Light in Water, Individual. 4 - 6 ounce each package. EACH. Tuna can be a product of the U.S. or other foreign country that meets the requirements of 21CFR123.12. Product may contain soy and/or vegetable broth. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count., 2160, EA; LI 016: Kosher Sardines in Soybean Oil, Individual. 3 to 6 ounce each package. EACH. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count., 792, EA; LI 017: Kosher Farina, Instant, Plain, Individual Packet. EACH. 1 ounce Package. Total amount may be adjusted to the next highest case count. 200 TO 500 CT CASE, 100, CS; LI 018: Kosher Bread, Whole Wheat, 1 pound Loaf - 1.5 pound Loaf. Certified Kosher Parve, First ingredient on label must be Whole Wheat Flour, See Delivery Schedule. Specify Loaf size on bid. 24 CT LOAF. Please state if they are individually wrapped or is each bag kosher and labeled., 1000, LF; LI 019: Kosher Vegetable Juice, 5 to 7 ounce Sealed Pouch or Can. EACH. Certified Kosher Parve. Can must have easy open top. Juice must be tomato based with at least five additional vegetable products in the juice. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count. 48 CT CASE, 160, CS; LI 020: Kosher Margarine, � Ounce Sealed Individual Package. EACH, Refrigerated or Shelf Stable, Certified Kosher Parve. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count. 500 CT CS, 100, CS; LI 021: Kosher Dressing, Salad, Mayo Style, Individual Packet. EACH. 9 Gram, Certified Kosher Parve, CID A-A-20140D, Type II, Style A. *Each individual package must be marked with the kosher certification hechsher. 200 TO 500 COUNT CASE, 250, CS; LI 022: Kosher Mustard, Prepared, Yellow (Salad Style), Individual Packet. EACH. 4.5 Gram - 9 Gram Packet, Certified Kosher Parve, CID A-A20036C, Type I. *Each individual package must be marked with the kosher certification hechsher. Specify packet size on bid. Total amount may be adjusted to the next highest case count. 200 TO 500 CT CASE, 120, CS; LI 023: Kosher Fruit Flavored Drink Powder, Individual Serving Packet, Each Packets Makes 1 - 8 Ounce Serving When Reconstituted. EACH. Total amount may be adjusted to the next highest case count. Certified Kosher Parve. 1000 TO 2000 COUNT CASE, 100, CS; LI 024: Kosher Milk, Fresh, Nonfat, Skim, or Fat Free, Individual 8 Ounce Serving. 1/2 pint, Bladder bag, etc. CID A-A20338, Group III, Type D. Must be processed under Ultra High Temperatures (UHT). Product can be a plant-based dairy substitute. Certified Kosher. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count., 168000, EA; LI 025: Kosher Dressing, Low Cal, Individual Packet. EACH. 9 Gram - 28.35 Gram Packet, Certified Kosher Parve, CID A-A-20162B, Type IV. *Each individual package must be marked with the kosher certification hechsher. Specify Class, Style, and size on bid. Total amount may be adjusted to the next highest case count. 200 CT CASE, 75, CS; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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- FDC MIAMI intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. DOJ BOP Field Offices- FDC MIAMI 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 Offerers 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.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers 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. 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) 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. 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. A complete delivery of all awarded items is expected no later than January 15th. Deliveries will be made Monday through Friday from 7:30am to 1:30pm. Federal holiday deliveries will not be accepted. Contractor failure to meet delivery schedules without and 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. Upon delivery, All items must be conveyed to the tail of the truck. Failure to do so, will be subject to refusal of acceptance, thus cancellation. NOTE: Delivery schedules must be pre-arranged with the receiving warehouse. Warehouse Phone: 305-982-1043. 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. 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, enqymes and/or chemicals. 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 one large compartment and two smaller compartments. Each compartment should be large enough to accommodate required ounces of product. 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 14) may be quoted as frozen and/or shelf stable products. Pricing must be identifiable as either frozen or shelf 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 corn). 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. Notice to vendors � This Opportunity is a Multiple Award opportunity based on best per line item pricing. Vendors will submit pricing only on line items that they want to be considered for award. All line items that the vendor will not provide must include a description indicating that they are not providing pricing (i.e., n/a, not providing line item, no pricing, no bid). Additionally, all line items that will not be provided must use the �Included in line item� feature to allow a no bid on that line item. Please bid on the entire amount requested in the line item description. All items must delivered no later than 01/15/2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0eefb28ce949460aac3bdf7dd5b88949/view)
 
Place of Performance
Address: Miami, FL 33132, USA
Zip Code: 33132
Country: USA
 
Record
SN05855115-F 20201119/201117230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.