Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

89 -- SUBSISTENCE/MEAT 1ST.QTR. 2008

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
424470 — Meat and Meat Product Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Danbury, 33 1/2 Pembroke Road, Danbury, CT, 06811, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ20302-0003-08
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Federal Correctional Institution Danbury, is issuing this RFQ under 20302-0003-08, for the requirements of Subsistence/Meat as a combined Synopsis/Solicitation . This solicitation is restricted to 100% Small Business. Deliveries will be made to the Federal Correctional Institution, Institution Warehouse, 33 ? Pembroke Road, Danbury, CT 06811-2932. The contract is a firm-fixed price. The Government reserves the right upon award, to make formal single or multiple awards. The Government will award to the responsible offeror(s) whose offer, conforming to the solicitation, is considered to be the most advantageous to the Government with price being the determining factor. The point of contact for all information regarding this solicitation is Kim Marie Colicci, Contract Specialist, 33 ? Pembroke Road, Danbury, CT 06811-2932, phone 203-312-5309 fax 203-312-5109. Quotes must be received no latter than September 21, 2007 4:00 PM EST. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All future information about this acquisition, including solicitation amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up to date information about this RFQ. All potential quotes are advised that this solicitation includes the clause FAR 52.212-4 (Sept 2005)for Commercial Items, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government to be registered in the CCR database. Quoters should include their Data Universal Number System (DUNS) number in their quotes. The Contracting Officer will verify registration in the CCR database prior to award by entering the potential awardee?s DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from the consideration for award. Faith Based and Community Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. If you are unable to read this solicitation and would like a copy of the RFQ faxed or sent in pdf format, please email me at kcolicci@bop.gov. BEEF ROUND GOOSENECK, TOP ROUND OR POT ROAST BONELESS SOLID MUSCLE, FULLY COOKED, FROZEN, IMP 170A, 7,500 LBS . BEEF GROUND BULK, 80% LEAN, FINE GROUND, 20% FAT, NO SOY OR OTHER MEAT ORGANS, NO FILLERS, IMP 136, 5,000 LBS . BEEF LIVER, FROZEN, MODERATELY COMPACT, 4 OZ, I.Q.F., PLUMP, IMP 136B, 1,500 LBS . 4 OZ. BEEF PATTY, 100% BEEF, NOT MORE THAN 20% FAT, NO SOY PROTEIN OR OTHER MEAT ORGANS, IMP 136B, 6,225 LBS . BEEF STEW MEAT, FROZEN, DICED NOT MORE THAN 10% FAT, 1.5" CUBE, IMP135, 3,000 LBS . BEEF STRIPS, ROAST BEEF ENDS AND PIECES OR SLICED BEEF WITH NO MORE THAN 15% FAT CONTENT, 2,000 LBS . SOY GARDEN BURGER, 4 OZ, PATTY, VEGETARIAN STYLE BOCA BURGER, 1,000 LBS . PORK BACON SLICED, CURED, SMOKED, 18-22 SLICES PER LB, LAYOUT, INDIVIDUAL SLICES, IMP 538A, 2,500 LBS . PORK BREAKFAST SAUSAGE, FROZEN 1 OR 2 OZ LINKS, OR PATTIES, 2,500 LBS . PORK HAM CURED, SLICED OR READY FOR SLICING 1,000 LBS . BONELESS TURKEY BREAST, SLICED OR READY TO SLICE, MADE FORM 1-2 PIECE BREAST, 2,330 LBS . TURKEY BREAST RAW, SOLID MUSCLE, BONE IN, SPLIT, 5,000 LBS . TURKEY HAM SLICED OR READY TO SLICE, PICNIC STYLE, NOT RECONSTRUCTED, 2,000 LBS . CLAUSES AND PROVISIONS SECTION: A CONTRACT CLAUSES A.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER DATE TITLE 52.212-4 FEB 2007 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS A.2 ADDENDUM TO FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4. The following clauses are incorporated by reference, pursuant to FAR 52.252-2: 52.225-11 NOV 2006 BUY AMERICAN ACT--CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS 52.232-18 APR 1984 AVAILABILITY OF FUNDS 52.253-1 JAN 1991 COMPUTER GENERATED FORMS The following clauses are incorporated into this solicitation/contract by full text as follows: [END OF ADDENDUM TO FAR 52.212-4] A.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) Page: 4 SECTION: A XX (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). Page: 5 255(f), 10 U.S.C. 2307(f)). XX (32) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). __ (34) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). __ (35) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). ( SECTION: A SOLICITATION PROVISIONS A.4 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): kcolicci@bop.gov I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) PROVISIONS NUMBER DATE TITLE 52.212-1 SEP 2006 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS A.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (NOV 2006) An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. (a) Definitions. As used in this provision-" Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, Page: 9 "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern-( i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and size standards in this solicitation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Page: 10 SECTION: A (b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [_] TIN: ____________________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ___________________________. (5) Common parent. [_] Offeror is not owned or controlled by a common parent; [_] Name and TIN of common parent: Name __________________________________ TIN __________________________________ (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. Page: 11 SECTION: A (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. LINE ITEM NO COUNTRY OF ORIGIN _____________ _______________ _____________ _______________ _____________ _______________ (List as necessary) "Buy American Act--Free Trade Agreements--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: LINE ITEM NO COUNTRY OF ORIGIN _____________ _______________ _____________ _______________ _____________ _______________ (List as necessary) (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: Page: 15 SECTION: A (g) (1) (ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Canadian End Products: LINE ITEM NO (List as necessary) (3) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g) (1) (ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Canadian or Israeli End Products: LINE ITEM NO COUNTRY OF ORIGIN _____________ _______________ _____________ _______________ _____________ _______________ (List as necessary) (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: LINE ITEM NO COUNTRY OF ORIGIN _____________ _______________ _____________ _______________ _____________ _______________ (List as necessary) Page: 16 SECTION: A (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-( 1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and (2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. Page: 17 SECTION: A of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [_] Outside the United States. (k) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (k)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] DELIVERY SCHEDULE A.6 FAITH-BASED AND COMMUNITY-BASED ORGANIZATIONS (AUG 2005) Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION, 33 1/2 PEMBROKE ROAD, DANBURY, CT
Zip Code: 06811-2932
Country: UNITED STATES
 
Record
SN01380906-W 20070824/070822220735 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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