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 15B31019QUA1300003 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. 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.FedBid.com will start on the date this solicitation is posted and will end on 2019-03-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. 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: Rice, U.S.Grade 1 or 2,Long Grain MILLED Rice, Parboiled Light, 5000, LB;
LI 002: Cereal, Prepared, Ready to Eat, Any type, any style, and any grain composition. (CID A-A -20000D, Any Type,Any Class, Any Grain Composition) 0.81 oz to 1.5 oz individual package. Specify case count and type of cereal on bid. Type of cereal may be specified locally. 1.5 oz individual package, 200 ct case, Bran Flakes, Frosted Flakes, Cheerios *MONTHLY SCHEDULED DELIVERIES*, 200000, EA;
LI 003: Hominy Grits, Enriched, White or Yellow, Regular (CID A-A-20035D, Type I or II, Style A)., 5000, LB;
LI 004: Cereal, Rolled Oats, Quick cooking, Unflavored, Any Style, Any container size (CID A-A-20090F ,Type II, Flavor A, Style 1- 3), 5000, LB;
LI 005: Meat Alternative, Individually Frozen, Soy, Vegetable, or Legume Based, Patty or Rectangle Shaped (CID A-A-20275A, Type I, II, or III, Style A or L.) Fully cooked, beef flavor. Product to be Vegan alternative for Beef Patty. Product will not contain any animal by products or ingredients., 500, LB;
LI 006: Meat Alternative, Individually Frozen, Soy, Vegetable, or Legume Based, Patty or Rectangle Shaped (CID A-A-20275A, Type I, II, or III, Style A or L.). Fully cooked, chicken flavor. Product to be alternative for Chicken Patty. Product will not contain any animal by product or ingredients., 500, LB;
LI 007: Tofu, Regular or Organic, Firm, Medium Firm, Extra Firm, or Super Firm, Refrigerated or Shelf Stable. Ingredients include: Water, Regular or Organic Soy Beans, Calcium Sulfate or Glucono Delta Lactone, and Calcium Chloride. Note package size on bid. Product will not contain any animal by product or ingredients., 500, LB;
LI 008: 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 not less than 80% fat., 1500, LB;
LI 009: Dressing, Salad, Regular, Reduced Fat, Fat Free, or Light. (CID A-A-20140D,Type II, Style A, B, C, or D). Salad Dressing shall comply with 21 CFR 169.150. 4/1 gallon plastic containers per case, Regular Ranch., 50, CS;
LI 010: Taco Shells, Corn, U Shaped, Enriched. (CID A-A-20143B, Type III, Style A, Shape b, Enrichment type i).
Each. 144 Count Case, 4320, EA;
LI 011: Tortillas, Wheat, White with spices or herbs, or Other. 7" - 10" in diameter, Round Shelf stable, refrigerated, or frozen, Table Ready. (CID A-A-20143B, Type 1, Style B, C, or E, Size 7, 8, or 9, Shape a,
Enrichment type I, Product state a, c, or d, Cook state 1).
Each. 240 Count Case, 14400, EA;
LI 012: Tortillas, Corn, 5" to 7" in diameter, Round, Shelf stable, refrigerated, or frozen, Table Ready. (CID A-A 20143B, Type I, Style A, Size 4, 5, or 6, Shape a, Enrichment type I, Product state a, c, or d, Cook state I).
Each. 240 Count Case, 14400, EA;
LI 013: 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). 144 Count Case, 18000, EA;
LI 014: Pancake, Frozen, Regular or Low Fat, Any Flavor, Any Shape. (CID A-A-20234B, Type II, Style A or B, Class 2, Any Flavor, Shape 1- 8).
Each. State case count on bid., 18000, EA;
LI 015: Vegetable, Potatoes, (TATER TOTS). Preformed, Precooked, Frozen, Institutional type, Round, Cross- sectional dimension 3/4 to 1" diameter. Length 1 to 1 1/2 inch, 47- 54 units per pound. Unseasoned, seasoned with spices, or seasoned with spices and salt. (CID A-A-20038C, Pack Type II, Style A, Cross Sectional Dimension 1, Length i, Count A, Seasoning 2, 3, or 5. Cooking Method A).
Originated from crops that have been 100 percent grown, processed and packed in the United State or Canada., 10000, LB;
LI 016: Meats, Beef, Ground, Patties, IMPS 1136, 80% Lean, Frozen, Round in Shape, with Paper Separation or Individually Quick Frozen. Ground Beef Patties 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 shall 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 25 percent; (NO ORGAN OR TONGUE MEAT) Delivered cases must be labeled All Beef, 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. Product to be packed in 10 to 60 lb cases. 1 mil or thicker bags. No open bags. Size of patty to be determined locally and size noted on bid., 5000, LB;
LI 017: Meats, Beef Roast, Beef Top or Bottom Round (Gooseneck), IMPS 168, 169, 169A, 170, 170A, 171B, 180. Frozen, weight range approximately 12 to 28 lb. Quote MUST indicate actual IMPS & average roast weight of quoted item. Precooked Roast Beef., 5000, LB;
LI 018: Meats, Beef for Stewing, Raw,IMPS 135A, diced pieces must be sized- not less than a 3/4" cube or not more than a 1 1/2" cube and no individual surface must be more than 2.5 inches in length, the fat thickness of the surface and or seam fat must not exceed 1/4 inch at any point. Product to be packed in 10 to 40 lb cases . Delivered Frozen. VEAL is not a substitute for this specifications., 7000, LB;
LI 019: Meats, Chicken, Patty, Any Cooked Weight, Whole Muscle, Chunked and Formed, or Ground/Chopped and Formed, No mechanically separated chicken (comminuted), previously cooked chicken meat, or MSG may be used in product, 100% white meat, Breaded, Uniform in Shape. {CID A-A-20276A, Type V, Style A- C, Meat Type {b), Form 1, Shape (b). Individually Quick Frozen. Vegetable oil shall be used as the frying medium. Combined batter and breading shall not exceed 30% by weight and will be evenly coated. Finished meat product may not contain more than 3.5% non-meat binders and
extenders (such as nonfat dry milk, cereal, or dried whole milk) 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. All ingredients in the product must be listed in the ingredients statement 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., 7000, LB;
LI 020: Meats, Fish, Alaska Pollock, Cod, or Other, Fillet Block, Single Frozen, Portion, Any Shape, Any Oven Ready Weight, 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 of fish flesh]), Crumb Coated Breading, Unflavored. (CID A-A-20325, Fish Species I, II, or Ill, 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., 500, LB;
LI 021: Meats, Turkey, Boneless, Skinless, Three Muscle Breast, Fully Cooked, Frozen. 8- 9 lb range. May contain up to 25% solution of water. Products produced or labeled with any phrase related to "under religious exemption" will be refused., 9000, LB;
LI 022: Meats, Meatball, Beef and Turkey or Chicken, 1 oz., Fully Cooked, Frozen, No More than 20% Added Ingredients, No Organ Meat, finished product may not contain more than 3.5% non-meat binders and extenders (such as nonfat dry milk, cereal, or dried whole milk) or 2% isolated soy protein may be used, but must be shown in the ingredients statement on the label by its common name, 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., 1500, LB;
LI 023: Meats, Sausage, Breakfast, Cooked, Beef, Beef and Turkey (beef is predominant), or Beef and Chicken (beef is predominant). IMPS 817, Breakfast Sausage, Cooked, Type C or E (Patty or Link), Style C or D
(Skinless or Collagen Casing), Shape Rectangular or Round, Class Smoked or Unsmoked, Formula D, P or P1 (Beef, Beef and Turkey, or Beef and Chicken). Breakfast sausage is a cooked patty or linked sausage. The meat components consist of moderately course-cut beef or moderately coarse-cut beef and poultry formulation. The links shall either be skinless or stuffed into collagen casings and shall be uniform in length and diameter. The patties shall be uniform in diameter. Use of artificial colors in the manufacture of any sausage item is not permitted. Product shall be delivered frozen. Size of links or patties to be local specification and size noted on bid., 3500, LB;
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.fedbid.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, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors 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 Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
A complete delivery of all awarded items is expected to be no later than April 15, 2019, failure to do so will result in the cancellation of the respective orders. 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 contractorââ¬â¢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.
As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms ââ¬Åofferââ¬ï¿½ and ââ¬Åofferorââ¬ï¿½ refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms ââ¬Åbidââ¬ï¿½ and ââ¬Åbidderââ¬ï¿½ refer to an offer submitted in response to an Invitation for Bid (IFB). The term ââ¬Åproposalââ¬ï¿½ refers to an offer submitted in response to a Request for Proposal (RFP). The terms ââ¬Åquotation,ââ¬ï¿½ ââ¬Åquote,ââ¬ï¿½ and ââ¬Åquoterââ¬ï¿½ 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 ÃâIncluded in another line itemÃâ function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ÃâSubmit a QuestionÃâ 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) prior to award, pursuant to applicable regulations and guidelines. 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
[email protected].
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 sellerââ¬â¢s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.
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, KOFââ¬âK; KAJ ââ¬â K'hal Adas Jeshurun; OKS ââ¬â Organization of Orthodox Kashrus Supervision; OV ââ¬â 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.
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 ââ¬ÅIncluded in line itemââ¬ï¿½ 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 ââ¬â This Opportunity is a Multiple Award opportunity based on best per line item pricing.
Bid Protests Not Available