Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

89 -- 89--FCI Mendota - Q4 FY23 Religious Menu

Notice Date
5/16/2023 10:23:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
FCI MENDOTA MENDOTA CA 93640 USA
 
ZIP Code
93640
 
Solicitation Number
15B62023Q00000013
 
Response Due
5/31/2023 12:00:00 PM
 
Archive Date
11/27/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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 15B62023Q00000013 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 700.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-05-31 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Mendota, CA 93640 The DOJ BOP Field Offices- FCI MENDOTA requires the following items, Meet or Exceed, to the following: LI 001: 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. 200 count case, 6, CS; LI 002: Kosher Dressing, Fat Free, Individual Packet. EACH. 9 Gram - 28.35 Gram Packet, Certified Kosher Parve, CID A-A-20162B. *Each individual package must be marked with the kosher certification hechsher. Specify Type, Class, Style, and size on bid. Total amount may be adjusted to the next highest case count., 2000, EA; LI 003: Kosher Cereal, Any Type, Any Style, and any grain composition. (CID A-A-20000E, Any Type, Any Class, Any Grain Composition). 2 oz individual package. EACH. Total amount may be adjusted to the next highest case count. *Each individual package must be marked with the kosher certification hechsher., 5500, EA; LI 004: Kosher Farina, Instant, Plain, Individual Packet. EACH. 1 ounce Package. Total amount may be adjusted to the next highest case count. 200 count case, 7, CS; LI 005: Kosher Jelly, Fruit, Standardized, Variety, Grape, Strawberry. Regular or reduced sugar, U.S. Grade A or equivalent. (CID A-A-20078D), Type II, kind A ,B, F, M, R, S, Y, or AA, Style 1 or 2. Finished product quality a or b. 10 gram individual portion. EACH. Total amount may be adjusted to the next highest case count. *Each individual package must be marked with the kosher certification hechsher. 200 count case, 135, CS; LI 006: 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., 20000, EA; LI 007: Kosher Potato Chips, Individual Package. EACH. 1 Ounce Sealed Individual Package, 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., 8000, EA; LI 008: Kosher Sugar Substitute, Non-Carbohydrate, Saccharin, Acesulfame K, Aspartame, Sucralose, Neotame, or Rebaudioside A, Granular, Packaged in Envelopes/Packets EACH. Total amount may be adjusted to the next highest case count. Certified Kosher. *Each individual package must be marked with the kosher certification hechsher., 350000, EA; LI 009: Kosher Tartar Sauce, Individual Packet. EACH. 9 Gram Individual Packet, Certified Kosher Parve, CID A-A 20140D, Type III, Style A. *Each individual package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count., 10000, EA; LI 010: Certified Kosher Parve - Breakfast Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, etc.). EACH. *Each individual package must be marked with the kosher certification hechsher. Specify Item and size on bid. Total amount may be adjusted to the next highest case count., 10000, EA; LI 011: Certified Kosher Parve - Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, etc.). EACH. *Each individual package must be marked with the kosher certification hechsher. Specify Item and size on bid. Total amount may be adjusted to the next highest case count., 1000, EA; LI 012: Kosher Milk, Fresh, Nonfat, Skim, or Fat Free, Individual 8 Ounce Serving. 1/2 pint. 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., 6206, EA; LI 013: 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., 728, LF; LI 014: Certified Halal Bologna Luncheon Meat (chicken or turkey), Frozen, 4 Ounce multiple slice portion, (Shelf Stable may be 1-4 oz slice) Wrapped in Sealed Plastic. *Each individual package must be marked with the halal certification symbol., 210, EA; LI 015: 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., 59, EA; 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 https://marketplace.unisonglobal.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 MENDOTA intends to document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. 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- FCI MENDOTA 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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. To ensure compliance with the Prompt Pay Act and the Bureau of Prisons Program Statement P2011.13, the following items should be invoiced together on the same invoice due to specific payment due dates as prescribed: -Meat and Meat Food Products, Eggs, and Fresh or Frozen Fish or Seafood: due no later than 7 days after date of delivery. -Perishable agricultural commodities (fresh or frozen fruits and vegetables): Not later than 10 days after date of delivery, unless another payment date is specified in the contract. -Dairy products and food products prepared from edible fats or oils: Not later than 10 days after receipt of a proper invoice. -Charge Account Purchases: 30 days after receipt of the statement. -All other goods and services: On the date(s) specified in the contract. If a payment due date is not specified, 30 days after the start of the payment period. Failure to invoice as such may result in payment being made within the longest time period available for the products as billed on the invoice. Delivery of all awarded items will occur between July 3, 2023 through July 14, 2023. Delivery of all awarded items will occur at the Food Service Warehouse. The Food Service Warehouse hours of operation and contact number are listed below. Vendors may request a delivery extension prior to the last date of delivery by contacting the Contracting Office of FCI Mendota at 559-274-4000 during local business hours: 0800hrs - 1600hrs. An extension may be granted, after appropriate consideration, up to a maximum of ten business days. The extension will be confirmed officially through bilateral modification of the purchase order and will be signed by the contracting officer. The vendor will sign and complete blocks 15a-15c of the modification (SF-30) to complete the extension, and will return the modification signed via email to the contracting officer. Any delivery beyond the timeframes listed above or beyond the approved extension is subject to Termination for Cause. The below information should be provided to utilized freight/delivery drivers to assist in delivery to the maximum extent practicable: Warehouse hours are from 8:00 a.m. (0800hrs) to 2:00 p.m. (1400hrs) local time, Monday through Friday (excluding Federal Holidays and Weekends). Warehouse phone number: 559-274-4278 The government intends to make multiple awards as a result of this solicitation. The amount of award generally will determine how payment will be processed by the Government. For Awards Under $10,000: Awards as a result of this solicitation that total less than $10,000, shall be processed as a Purchase Card Request and will be processed by staff within our Food Service Warehouse through Government Purchase Card. The local contracting office may process requests within this range if there is an expectation that variances could exceed this threshold. For Awards At or Above $10,000: Awards as a result of this solicitation that equal or exceed $10,000 will be processed as Purchase Orders referencing this solicitation. In the event of a discrepancy between an item's specifications and the specifications listed in a referenced Commercial Item Description (CID), the specifications from the most recent CID will be utilized. If the CID listed in an item's specification is not current, the most recent CID will be applicable. CID are available for review at https://www.ams.usda.gov/grades-standards/cids. Vendors are responsible for ensuring their quoted item meets the specifications of the CID to be referenced, and can ask for clarification of the conflicting specification, referenced CID, and/or CID to be utilized for the specification during the solicitation period for submission of quotes. In accordance with FAR 13.106-1(a)(2), the Contracting Officer shall notify potential quoters or offerors of the basis on which award will be made. The Contracting Officer will evaluate potential quotes on the basis of price and/or price with other factors (Past Performance and Quality). When evaluating potential quotes, the Contracting Officer will make a determination and selection that represents Best Value. 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. 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. 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.UNISONMARKETPLACE.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 marketplacesupport@unisonglobal.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. 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. Notice to vendors � This Opportunity is a Multiple Award opportunity based on best per line item pricing.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a80e382f9f3542bab7d3f30093d5f9e7/view)
 
Place of Performance
Address: 33500 W. California Avenue , Mendota, CA 93640, USA
Zip Code: 93640
Country: USA
 
Record
SN06684511-F 20230518/230517212026 (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.