SOLICITATION NOTICE
89 -- 89--FCI Mendota - Q1 FY24 National Menu
- Notice Date
- 8/10/2023 6:36:14 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- FCI MENDOTA MENDOTA CA 93640 USA
- ZIP Code
- 93640
- Solicitation Number
- 15B62023Q00000017
- Response Due
- 8/22/2023 10:00:00 AM
- Archive Date
- 02/18/2024
- 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 15B62023Q00000017 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 2023-05. 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: 2023-08-22 13:00:00.0 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: Beans, Dry, Great Northern, Whole, U.S. Grade 1 - 3, 650, LB; LI 002: Beans, Dry, Kidney or Red, Whole, U.S. Grade 1 - 3, 400, LB; LI 003: Beans, Dry, Pinto, Whole, U.S. Grade 1, 3000, LB; LI 004: Beans, Great Northern, In Brine, Meatless. (CID A-A-20134C, Type I, Class C, Style 1). 6/#10 cans per case, 56, CS; LI 005: Beans, Black, Canned, In Brine, Meatless. (CID A-A-20134C, Type I, Class K or Type IV, Class A; Style 1). 6/#10 cans per case, 4, CS; LI 006: Rice, U.S. Grade 1 , Long Grain MILLED Rice, Parboiled Light, 10000, LB; LI 007: Corn Starch, Unmodified, regular, native or common, fine or coarse powder., 100, LB; LI 008: Cereal, Assorted, Non-Sweet, Cereal, Prepared, Ready to Eat, Any type, any style, and any grain composition. (CID A-A-20000E, AnyType, Any Class, Any Grain Composition, Packaging type (vii), Agricultural practice (aa)). Bulk package range 12 to 40 lb case. Specifycase count, type, Class, and Grain Composition of cereal on bid. Type of cereal may be specified locally., 6000, LB; LI 009: Cereal, Prepared, Ready to Eat, Corn Flakes. (CID A-A-20000D, Any Type, Any Class, Any Grain Composition). Bulk package range 8 to 20 lb case. In sealed bags Product of the USA or Canada .Specify case weight and type of cereal on bid. Type of cereal may be specified locally., 800, LB; LI 010: Hominy Grits, Enriched, White, Regular (CID A-A-20035D, Type I , Style A)., 3000, LB; LI 011: Soy Protein Products (SPP), Meat BEEF Flavor, Bits or Crumbles. 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 of: in the case of soy protein flour (SPF) 50% or more and less than 65%; in the case of soy protein concentrate (SPC) 65% or more and less than 90%; in the case of 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. Product will not contain any animal by products or ingredients., 50, LB; LI 012: Hummus, Prepared. Made from cooked mashed chickpeas, blended with tahini (tehena), oil, citrus juice, salt and garlic. Individual 3oz. Product will not contain any animal by product or ingredients., 1000, EA; LI 013: Shortening, General Purpose, 50 POUND BLOCK (CID A-A 20100D, Type I). Shortening will consist only of partially hydrogenated deodorized vegetable oil or blends of vegetable oils. Product shall not contain antioxidants or antifoaming agents., 100, LB; LI 014: 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., 4, gal; LI 015: BUTTER, Bulk (Made exclusively from milk or cream or both, with or without common salt, and with or without additional coloring matter, and containing not less than 80 percent by weight of milkfat). U.S. Grade AA, A, or B. As defined in 7 CFR 58.2621-2627. State case size and pack on bid., 72, LB; LI 016: 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 (21 CFR 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., 600, LB; LI 017: Dressing, REAL Mayonnaise, Regular, EXTRA HEAVY (CID A-A-20140D, Type I, Style A, B, C, or D). 4/1 Gallon plastic containers per case., 312, CS; LI 018: Kosher Syrup, Table, Regular or Light, Maple flavor (CID A-A-20124D, Type IV, Style 1 or 2, Flavor A, B, C, D, or E). Syrup shall be manufactured in accordance with the U.S. Standard of Identity for Table Syrup, 21 CFR 168.180. Each. Individuals are 1 oz. State case count and flavor on bid., 5000, EA; LI 019: Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve or Bake and Serve. (Cookies, Cakes, Pies, etc.) Specify item, size case count and if items contain yeast on bid. Items will not contain poppy seeds., 8500, EA; LI 020: Pizza, Prepared, Frozen, Cheese, Thin Crust, Mozzarella Cheese (Regular, Lite or Low-moisture part skim as indicated in 21 CFR 133.144, 133.158, and 133.113), Enriched wheat or whole wheat crust, Rectangle, Round Individual, or Round Oversized (specify size), Individually Quick Frozen. (CID A-A-20277, Type I, Style of Pizza A, Type of Cheese 1, 2, 3, or 7, Crust a or b, Shape 1, cut b; Shape 2, cut b; Shape 3, cut d, e, or f; or Shape 4.) 4-6OZ EA Ingredients: Pizza will consist of a dough crust, tomato sauce, cheese and spices. The dough crust will contain enriched flour and yeast and/or other leavening agents. The sauce shall be prepared from peeled and cored tomatoes, tomato puree, and/or tomato paste; water; and spices, including salt; and/or other ingredients as appropriate. Product shall be manufactured not more than 180 days prior to delivery. Bid Quote MUST indicate actual portion weight, dimensions, & case pack., 5000, EA; LI 021: Tortillas, Flour ""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., 10000, EA; LI 022: Tortilla Chips, Corn, Round Enriched, Shelf Stable, Table Ready (CID A-A-20143B, Type II, Style A, Shape a or c, Enrichment type I, Product state a, Cook state I). Bulk packaged., 800, LB; LI 023: French Toast, Frozen, Regular or Low Fat, Any Flavor, Any Shape. (CID A-A-20234B, Type II, Style A or B, Class 3, Flavor A, B, C, or D, Shape 1 - 8). Each FULL SLICES ONLY NO STICKS. State case count on bid., 34560, EA; LI 024: Vegetable, Beans, Green, Canned, Cut,French Style,, Good to reasonably good character (A ), Minimum drain weight 59 oz. U.S. Grade A-C. As defined in Food and Drug Standard of Identity 21 CFR 155.120. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES. State can or pouch on bid., 3, CS; LI 025: Vegetable, Beets, Canned, Whole, Slices, Quarters, Diced, Julienne, French Style or Cut. Minimum drain weight 64 oz. U.S. Grade A, U.S. Fancy, U.S. Grade C or U.S. Standard. As defined in Food and Drug Standard of Identity 21 CFR 155.200. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES. State can or pouch on bid., 56, CS; LI 026: Vegetable, Carrots, Canned, Sliced, diced or Cut. Minimum drain weight 64 oz. U.S. Grade A, U.S. Fancy, U.S. Grade C or U.S. Standard. As defined in Food and Drug Standard of Identity 21 CFR 155.200. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES., 112, CS; LI 027: Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Supersweet, Golden (or yellow), Grade A . As defined in Food and Drug Standard of Identity 21 CFR 155.130. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES., 112, CS; LI 028: Vegetable, Peas and Carrots, Canned, Sliced, Diced, Double Diced, or Strips. Peas not less than 50% of drained product and Carrots not less than 25% of drained weight. Minimum drain weight 70 oz. U.S. Grade A, U.S. Fancy, U.S. Grade B or U.S. Extra Standard. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES., 112, CS; LI 029: Vegetable, Potatoes, French Fries, Frozen , OVENABLE ONLY at least 2 1/2"" long. U.S. Grade A, U.S. Fancy . As defined in Title 7 62.2391-2405. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. OVENABLE MUST BE STATED ON THE BOX AS PART OF COOKING INSTRUCTION., 420, LB; LI 030: Sauce, Barbeque, Plain/Regular, Honey, Or Hickory Smoke, Without fruit purees added. (CID A-A-20335B, Flavor I, II, or III, Type B). 4/1 Gallon Plastic Containers per case., 1, CS; LI 031: BBQ Seasoning, Ground, Packaging: 1/2 oz to 50 lb sealed containers, Packaging must indicate actual delivered weight of product,, 300, LB; LI 032: Cajun Seasoning, Ground, Packaging: 1/2 oz to 50 lb sealed containers, Packaging must indicate actual delivered weight of product,, 300, LB; LI 033: Cayenne Pepper, Ground, Packaging: 1/2 oz to 50 lb sealed containers, Packaging must indicate actual delivered weight of product,, 300, LB; LI 034: Spice, Chili Powder, Ground, Packaging must indicate actual delivered weight of product, Pure Spice - no additives or extenders. Alldelivered product must be labeled with ingredients. 1/2 oz. to 50 lb sealed containers., 100, LB; LI 035: Curry, Ground, Packaging: 1/2 oz to 50 lb sealed containers, Packaging must indicate actual delivered weight of product, Pure Spice -no additives or extenders. All delivered product must be labeled with ingredients., 300, LB; LI 036: Fajita Seasoning, Ground, Packaging: 1/2 oz to 50 lb sealed containers, Packaging must indicate actual delivered weight of product,Pure Spice - no additives or extenders., 300, CS; LI 037: Spices, Onion power, Ground, packing must be labeles with Ingredients and Actual Delivered Weight of Product. Texture - A Dry Medium Fine Granular Powder, Slightly Fibrous, Moisture - No More That 12%, Grade - Free From Foreign Matter. Pure Spice - noadditives or extenders. All delivered product must be labeled with ingredients. 1/2 oz to 50 lb sealed plastic containers or boxes. Notepackage size on bid. Note price by the pound., 20, LB; LI 038: Spice, Southwestern Seasoning, Pounds, 300, LB; LI 039: Spices, Oregano, Ground or Crushed. (CID A-A-20001B, Type I, Class U, Form 1 or 3). Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 10, LB; LI 040: Spices, Paprika, Ground. (CID A-A-20001B, Type I, Class V, Form 1). Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 350, LB; LI 041: Spices, Pepper, Black, Ground. (CID A-A-20001B, Type I, Class X, Form 1). Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 200, LB; LI 042: Spices, Pepper, Red, Ground or Crushed. (CID A-A-20001B, Type I, Class Z, Form 1 or 3). Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 100, LB; LI 043: Spices, Salt, Food Grade . Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. Product may contain an Anti-Caking Agent. Bulk. Specify package size on bid., 1000, LB; LI 044: Soup Base, Bouillon, Chicken Flavor, Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type II, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (1) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 lb = 10> gal) (triple yield -1 lb = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 200, LB; LI 045: Soup Base, Bouillon, Vegetable Flavor, Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type IV, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (1) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 lb = 10> gal) (triple yield -1 lb = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 200, LB; LI 046: Chicken, Boneless, Skinless, Raw, White , (Tender or Breast Meat), Frozen, A or B quality per the USDA, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq. No Solution or Ingredients Added, White meat Un-breaded. Packed 10 lb size sealed bags only 40 lb case.. Products produced or labeled with any phrase under religious exemption will be refused., 4000, LB; LI 047: Meats, Chicken Breast, Boneless, Skinless, Raw, White Meat (Breast Meat), Frozen, A quality per the USDA, United States Classes,Standards, and Grades for Poultry Agricultural Marketing Service (AMS) 7 CFR � 70 and 70.200 et seq., �70.220, �70.232, �70.233,�70.234 A Quality. All processing activities shall comply with all applicable FSIS regulations and requirements, including 9 CFR � 381,and shall be done under FSIS inspection. The commodity shall not be processed or packaged more than 60 days prior to the first date ofthe delivery period for each sales order. Frozen commodity when specified in the Solicitation, shall be processed, packaged and packed,and placed in a freezer within 7 calendar days after the date of harvest. Product must be produced under FSIS pathogen reductionstandards, as specified in 9 CFR � 381. Boneless, skinless breasts must be free of cartilage, fat, holes, tendons, bone pieces, bloodclots, bruises, cuts, tears, and muscle mutilations. Slight discolorations is permitted, provided it does not detract from the appearance ofthe product. Unbreaded. All packaging materials shall comply with FSIS regulations (9 CFR � 381.144 Packaging Materials). Allpackaging and packing materials must be clean and in new condition, shall not impart objectionable odors or flavors to the commodity,shall be safe for use in contact with food products (cannot adulterate product or be injurious to health). Packed in poly bag boxes.Polyethylene-film Bags No Solution or Ingredients Added, White meat Un-breaded. Packed 10 lb size sealed bags only 40 lb case.. Products produced or labeled with any phrase under religious exemption will be refused., 1200, LB; LI 048: Meats, Chicken, Quartered, Ready to Cook, Frozen, IMPS P1009 Broiler Quarters, U.S. Grade A, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq. Unbreaded. Delivered amounts are to be uniform in portion size and not random sizing. Quotes must identify portion size being offered. Portion size not to be smaller than 16 ounces and not to exceed 20 ounces. Packed in poly bag boxes. All packaging and packing materials must be clean and in new condition. . Products produced or labeled with any phrase under religious exemption will be refused. Must be packet in 4, 10# bags per case., 13500, LB; LI 049: Meats, Chicken, Ground, Raw, (Not Mechanically Separated), Bulk, Frozen, Fat content may not exceed 15%. Delivered cases must be labeled with fat content. Manufacturers letters will NOT be accepted in lieu of labeling. Product must be in sealed bags. No open bags or packaging. Products produced or labeled with any phrase under religious exemption will be refused., 4400, LB; LI 050: 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. Manufacturers letters will not be accepted in lieu of labeling. Note type and size on bid. 5 to 7 oz., 4200, LB; LI 051: Meats, Italian Sausage, Pork , Pork and Turkey (pork is predominant) or Pork and Chicken (pork is predominant), Sweet, Links. Italian sausage is a fresh, uncooked, linked product. The meat components shall be chopped or ground to a moderately course texture. The sausage itself (or interior cut surface of links) is moderately coarse in texture with a uniform color ranging from medium to dark reddish-brown with evenly distributed fat particles. The links shall be in a natural hog or collagen casing 5 to 6 inches in length. Links shall be moderately uniform in length and diameter. IMPS 818, Italian Sausage, Formula D, P2, or P3, Flavoring B, Type E. Product will be delivered frozen. Product will not contain SOY., 1000, LB; LI 052: Pork Roast, Pork, Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Solution or Ingredients Added, No Paper Wrapping, Weight Range A or B, 4to 12 lb, Quote MUST indicate average roast weight of quoted item Cryo-Vac only, 700, LB; LI 053: Meats, Turkey, Ground, Raw, (Not Mechanically Separated), Bulk, Frozen, Fat content may not exceed 15%, Product must be in sealed bags. No open bags or re-packaging. Delivered cases must be labeled with fat content. Manufacturers letters will NOT be accepted in lieu of labeling. Products produced or labeled with any phrase related to under religious exemption will be refused., 8400, LB; LI 054: Meats,Turkey, Boneless, Roast, Raw, Natural, Boned Rolled and Tied, netted or in roasting pack. Breast meat (8-12 lb each). Skin (Maximum) 12.5%. Products produced or labeled with any phrase related to under religious exemption will be refused., 4300, LB; LI 055: Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, ALL Beef, Turkey or Chicken 6 inch, 8:1 Ratio, Skinless, Without non-meat binders and extenders or With non-meat binders and extenders (such as nonfat dry milk, wheat, rice, soy flour, or soy protein concentrate. (IMPS 800, Major Ingredient D or D1 OR CID A-A-20341, Meat Species II, Size A, Ratio 1, Non-meat binders and extenders (a) or (b). The finished product shall not contain more than 30 percent fat or no more than 10 percent added water, or a combination of 40 percent fat and added water. Non-meat binders and extenders may be used up to 3.5 percent or isolated soy protein may be used up to 2 percent in the frankfurters per 9 CFR � 424.21 (c). 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) Standards and Labeling Policy. Manufacturers letters will NOT be accepted in lieu of labeling., 1000, LB; LI 056: Eggs, Pasteurized, Liquid, Frozen. Specify case size on bid. 30LB CASES, 4200, LB; LI 057: Cake Mix, Chocolate Cake, CID A-A-20181B, Type 1, Style L, 50LB bags, 500, LB; LI 058: Gravy Mix, Dry, Pounds-50 Pound Bag, 1250, LB; LI 059: Ice Cream Cones, 24 count Case, 4800, EA; LI 060: Powdered Pancake Mix, , 50 LB bags, CID A-A-20181B, Type 2, Class 1, Style C, 200, LB; LI 061: Salsa, Ready made, Mild Salsa, 6/#10 cans per case, CID A-A-20210D, 168, CS; LI 062: Powdered Cake Mix, White Cake, CID A-A-20181B, Type 1, Style A 50LB BAG, 8500, LB; Solicitation and Buy Attachments ***Question Submission: Interested Sellers 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. Sellers 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 Sellers 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.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers 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 Sellers 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 9/18/2023 - 9/29/2023. 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. 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.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 sellers 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/fa8dd5bf08304617a4269406a7411f7b/view)
- Place of Performance
- Address: 33500 W. California Avenue , Mendota, CA 93640, USA
- Zip Code: 93640
- Country: USA
- Zip Code: 93640
- Record
- SN06786178-F 20230812/230810230059 (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 |