Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

89 -- 89--FCI Phoenix - FY 21 4th QTR National Menu

Notice Date
5/5/2021 7:12:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
FCI PHOENIX PHOENIX AZ 85086 USA
 
ZIP Code
85086
 
Solicitation Number
15B60821Q00000007
 
Response Due
5/18/2021 11:00:00 AM
 
Archive Date
11/14/2021
 
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)
 
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 15B60821Q00000007 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 2021-03. 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 sellers 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: 2021-05-18 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Phoenix, AZ 85086 The FCI PHOENIX requires the following items, Meet or Exceed, to the following: LI 001: Rice, U.S. Grade 1, Long Grain MILLED Rice, Parboiled Light, in a box only, no bags, 1000, LB; LI 002: Pasta, Macaroni, Elbow Form, Regular. (CID A-A-20062E, Type I, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.113 and 21 CFR 139.135. 20 lb sealed bags., 2500, LB; LI 003: Pasta, Macaroni, Rotini Form, Regular. (CID A-A-20062E, Type V, Style A, B, C, or D). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21CFR 139.135. 20 lb sealed bags., 1500, LB; LI 004: Pasta, Spaghetti, Long Form, Regular. (CID A-A-20062E, Type VI, Style A, B, or C). Enriched in accordance with the requirements as specified in 21CFR 139.115 and 21CFR 139.135. 20 lb sealed bags., 2500, LB; LI 005: Corn Meal, Degermed (lower fat), Enriched, White or Yellow, Course Granulation (CID A-A-20066B, Type III, Class B, Color 1or 2, Granulation a)., 750, LB; LI 006: Corn Starch, Unmodified, regular, native or common, fine or coarse powder., 150, LB; LI 007: Flour, General, All Purpose, Unbleached. (CID A-A-20126F, Type II or VI, Style A)., 2500, LB; LI 008: Soy. Protein Products (SPP), Meat Flavor, Chunks. Soy Protein Products (SPP) covered by this specification are food products produced by the reduction or removal from soybeans of certain of the major non-protein constituents (water, oil, carbohydrates) in a manner to achieve a protein content 39 LB 500 $500.0000 of: -in the caseof soy protein flour (SPF) 50%or more and less than 65%; -in the caseof soy protein concentrate (SPC) 65% or more and less than 90%; -inthe caseof soy protein isolate (SPI) 90%or more. The protein content is calculated on a dry weight basis excluding added vitamins, minerals, amino acids and food additives. Product comes dehydrated, in bulk packaging, with chunks averaging from 'A"" to 1"" in size. Product will not contain any animal by products or ingredients., 500, LB; LI 009: Hummus, Prepared. Made from cooked mashed chickpeas, blended with tahini (tehena), oil, citrus juice, salt and garlic. Individual or Bulk. Quote must specify if quoting on individual or bulk and case size. Product will not contain any animal by product or ingredients., 450, EA; LI 010: Oils, Salad, Vegetable , CANOLA (CID A-A-20091D, Type II). , 5 Gallon Containers, or 35 lb Containers. Note size of container and case size on bid., 35, EA; LI 011: Margarine, Bulk, All Vegetable. Margarine shall comply with all applicable Federal regulations including those contained in the Food and Drug Standard of Identity for Margarine (21CFR Part 166) and must conform to USDA Specifications for Vegetable Oil Margarine. Margarine shall be made from one or more of the following vegetable oils;canola, safflower,sunflower,corn, soybean,or peanut oil. Margarine contains zero transfat., 40, CS; LI 012: Margarine, Reddies, All Vegetable. 90 patties per lb on paper chips, 12 lbs per case. Margarine shall comply with all applicable Federal regulations including those contained in the Food And Drug Standard of Identity for Margarine (21CFR Part 166) and must conform to USDA Specifications for Vegetable Oil Margarine. Margarine shall be made from one or more of the following vegetable oils: canola, safflower, sunflower, corn, soybean,or peanut oil. Margarine contains not less than 80% fat, with zero transfat. 52, 35, CS; LI 013: Dressing,Salad, Pourable, Regular,Lit, Reduced Fat,or Fat Free, Any Flavor,Creamy Style. (CID A-A- 20162B,Type I,II,III,or IV,Any Class,Creamy Style). 4/1Gallon plastic containers per case. KRAFT,HELLMAN NAME BRAND PRODUCT NO IPS,WINSTON,LUCKY,ELWOOD NO RELABELED OR HOUSE BRANDS, 10, CS; LI 014: Mustard Description ,Prepared,Yellow (Salad Style). (CID A-A-20036C,TypeI). EACH 5.5Gram Individual ' Umt^ Total Packets. Specify case count on bid., 60, CS; LI 015: Pickle, Relish, Sweet regular), Bulk, Cured. Product will comply with the United States Standards for Grades of Pickles (55 FR 11905). Grade A 4/1Gallon Plastic Containers per case., 20, CS; LI 016: Sugar, Brown,Light or Dark (CID A-A-20135D,Type II, Style A or B), 500, LB; LI 017: Sugar, White (Refined), Granulated (extra fine, or super fine) (CID A-A-20135D, Type I, Style A or B)., 500, LB; LI 018: Taco Shells, Corn, U Shaped, Enriched. (CID A-A-20143B, Type III, Style A, SHAPE b, Enrichment type i). Each. State case count on bid., 150, CS; LI 019: Tortillas, White ""10"" in diameter, refrigerated, or frozen, Table Ready. (CID A-A-20143B, Type 1, Style B, C, or E,, Shape a, Enrichment type I, Product state a, c, or d, Cook state I). Each. State case count on bid., 47, CS; LI 020: Beef, Ground, REGULAR GRIND 80% LEAN 20% FAT, USDA Standard for ground beef per 9 CFR 319.15, delivered Frozen, Ground Beef shall consist of chopped fresh and/or frozen beef without seasoning. In addition product must be produced from current raw material, no bench trimmings, steak trim, or re-ground product to be used as raw material. Finished product shall not contain more than 20 percent fat, and WILL not contain added water, phosphates, binders, or extenders. No partially defatted tissue or advanced meat recovery product. PRODUCT MUST BE 6 MONTHS OR YOUNGER UPON DELIVERY WITH THE DATE CLEARLY ON THE LABEL, (NO STAMPED OR WRITTEN DATES ALLOWED). When beef cheek meat (trimmed beef cheeks) is used in the preparation, the amount of such meat shall be limited to 15 percent;(NO ORGAN OR TONGUE MEAT) Delivered cases must be labeled , Pure Beef, or 100% Beef and with fat percentage. Manufacturer's letters will NOT be accepted in lieu of labeling. Upon delivery, product must have a rosy red appearance. Product that is grey, brown or tan in color will be rejected. Clear 1mil or thicker sealed bags. No open bags, opaque or colored bags. Note weight of packaging and case size on bid. Greater Omaha beef, Tyson, IBP,Cargill ONLY MUST NOT BE REPACKED The institution reserve the right to have time to thaw the product to ensure the quality of the product. If it does not meet the standards the vendor will pick up the product., 15000, LB; LI 021: Meats, Fish Fillets, SWAI, HADDOCK COD OR TILAPIA, Raw,Individually Quick Frozen, Unglazed, Skin on, Skin-on (white side only), or Skin-off (skinless), Practically boneless fillet. U.S. Grade A Acceptable types include Tilapia, Cod, or Halibut. (Grade Standards are separate for Cod, and must comply with those standards). Fillets are slices of practically boneless fish flesh of irregular size and shape, which are removed from the carcass by cuts made parallel to the backbone and sections of such fillets cut so as to facilitate packing. 100% net weight,No water or glaze weight added. Fish portion must meet weight requirements when thawed and drained,Delivered cases must be labeled 100% net weight. Manufacturer's letters will not be accepted in lieu of labeling. Note type and size on bid. 5 to 7 oz., 2500, LB; LI 022: Meats, Fish, OVENABLE BREADED HADDOCK COD, TILAPIA OR HALIBUT, Fillet Block, Single Frozen, Portion, Any Shape, Oven Ready, Fried Fish Type, Composition (a) (Meets the requirements of U.S. Grade A [Portions- 65 percent by weight of fish flesh; all other fishery product types- 60 percent by weight offish flesh]), Crumb Coated Breading, Unflavored. (CID A-A-20325, Fish Species I, II, or III, Style A, Type 2, Oven Ready Weight (a- d), Shape (1-3), Fried Fish Type (b), Composition (a), Coating (1). 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. Size of patty to be determined locally and size noted on bid. 5-7oz portions, 3500, LB; LI 023: Meats, Turkey, Boneless, Skinless,Three Muscle Breast, Fully Cooked, Frozen. 8-9 lb range. May $2,500.0000 contain up to 25% solution of water.OR TURKEY HAM. Products produced or labeled with any phrase related to ""under religious exemption"" will be refused., 2500, LB; 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, FCI PHOENIX 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. FCI PHOENIX 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. Evaluation Factors for Award � FAR 15.304(e). Unless all offers are rejected, award will be made to the responsible Offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. The following factors will be used, in descending order or importance, to determine the Award recipient: 1.) Past Performance, 2.) Ability to deliver items as per specification and time/delivery requirements 3.) Cost/Price FAR 15.404-1(b) Past Performance: A vendor�s previous delivery history, and any Performance Alerts available through FedBid.com and FedBizOpps.gov, as well as performance surveys conducted with other government agencies or Bureau of Prisons locations will be used as a determining factor prior to award. Delivery of awarded items will be April 2nd-15th, 2018. Deliveries after April 15th may be subject to cancellation. No deliveries on Federal Holidays. You my contact the Food Service Warehouse at 623-465-9757 ext 4206 Hours : Mon thru Friday 7 Am - 1 pm
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a5a9a886c104a99b515c5906c60b229/view)
 
Place of Performance
Address: 37900 N. 45th Avenue , Phoenix, AZ 85086, USA
Zip Code: 85086
Country: USA
 
Record
SN05992960-F 20210507/210505230118 (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.