Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

89 -- FCI Englewood Replacement Subsistence - Beef

Notice Date
4/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
9595 W. Quincy Ave., Littleton, CO 80123
 
ZIP Code
80123
 
Solicitation Number
RFQP0403140039
 
Response Due
4/23/2014
 
Archive Date
10/20/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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 RFQP0403140039 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 FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 311612 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 2014-04-23 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The DOJ BOP Field Offices - FCI ENGLEWOOD requires the following items, Meet or Exceed, to the following: LI 001: Beef Roast, Raw Beef Top or Bottom Round (Gooseneck), IMPS 168,170, 170A, 171,171 A, 171B Frozen, weight range 12 to 28 lb. Sodium content per 4 oz. serving must not exceed 200 mg.. Quote MUST indicate actual IMPS & average roast weight of quoted item. QTY: 3,000 LBS, 1, LOT; LI 002: Kielbasa, Polish Sausage, Beef, Turkey or Chicken - (or combination of), 4 oz. Link, 4 oz. Rope cuts or bulk Rope Link, Artificial or non-pork collagen casing, Fully Cooked, Frozen, finished products 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. QTY: 3,100 LBS, 1, LOT; LI 003: Beef, Ground, Patties, 4 oz, IMPS 1136, Frozen, 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 and without the addition of beef fat as such, shall not contain more than 20 percent fat, and shall not contain added water, phosphates, binders, or extenders. When beef cheek meat (trimmed beef cheeks) is used in the preparation of ground beef, the amount of such cheek meat shall be limited to 25 percent; and if in excess of natural proportions, its presence shall be declared on the label, in the ingredient statement Delivered cases must be labeled with ingredients and fat percentage. QTY: 2,300 LBS, 1, LOT; LI 004: Beef, Ground, Patties, 8 oz, IMPS 1136, Frozen, 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 and without the addition of beef fat as such, shall not contain more than 20 percent fat, and shall not contain added water, phosphates, binders, or extenders. When beef cheek meat (trimmed beef cheeks) is used in the preparation of ground beef, the amount of such cheek meat shall be limited to 25 percent; and if in excess of natural proportions, its presence shall be declared on the label, in the ingredient statement Delivered cases must be labeled with ingredients and fat percentage. QTY: 1,000 LBS, 1, LOT; LI 005: Beef, Ground, Regular Grind, 80% Lean, USDA Standard for ground beef per 9 CFR 319.15, delivered Frozen, Ground Beef must consist of chopped fresh and/or frozen beef without seasoning and without the addition of beef fat as such, must not contain more than 20 percent fat, and must not contain added water, phosphates, binders, or extenders. When beef cheek meat (trimmed beef cheeks) is used in the preparation of ground beef, the amount of such cheek meat must be limited to 25 percent; No Partially Defatted Tissue, No Advanced Meat Recovered Product (Pink Slime) (NO ORGAN OR TONGUE MEAT) Delivered cases must be labeled 100% Beef or list the ingredients on the label and must have the lean to fat percentage. PRODUCT MUST BE IN SEALED BAGS, NO OPEN BAGS OR PACKAGING. QTY: 6,000 LBS, 1, LOT; LI 006: Beef Hot Dogs 4 to 1. QTY: 1,700 LBS, 1, LOT; 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 - FCI ENGLEWOOD intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FCI ENGLEWOOD 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 clientservices@fedbid.com. 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 clientservices@fedbid.com.Use 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the 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 RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. Bid MUST be good for 30 calendar days after close of Buy. 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Federal Bureau of Prisons Warehouse at FCI Englewood is open Monday thru Thursday from 7:30AM - 2:30PM. Friday deliveries are by scheduled appointment only. It's recommended that the vendor contact the FCI Food Service Department to notify of all deliveries. The point of contact is listed in the Buy Attachment Document labeled "Notice To Offerors". The line items are bid as a "LOT" price not individual cases. Any bid that is received as a unit price bid will not be accepted and the vendor will not be eligible for award. Per FAR 52.27-103-71 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. [End Provision]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP0403140039/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN03341942-W 20140419/140417235423-ea597fa8ec84ba10534916e94928b155 (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.