Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

89 -- FCI ENGLEWOOD KOSHER DRY ITEMS-1st QTR FY19

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
9595 W. Quincy Ave, LIttleton, CO 80123
 
ZIP Code
80123
 
Solicitation Number
15B40319Q00000002
 
Response Due
8/28/2018
 
Archive Date
2/24/2019
 
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
AMENDMENT NOTICE: 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 15B40319Q00000002 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 2005-99. 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 2018-08-28 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Littleton, CO 80123 The DOJ BOP Field Offices - FCI ENGLEWOOD requires the following items, Meet or Exceed, to the following: LI 001: Kosher Bran Flakes, Bowl Each Kosher Cereal, Ind 72 Kosher Cereal, Bran Flakes, 7/8 Ounce Individual Bowl Pack, Total amount may be adjusted to the next highest case count. Note case count on QUOTE. Each individual package must be marked with the kosher certification hechsher., 5, CS; LI 002: Kosher Coffee, Ind. 1000 ct Certified Kosher Parve Kosher Coffee, 1/2 oz Pks, Ind 1000 ct Certified Kosher Parve Each individual package must be marked with the kosher certification hechsher. NOTE CASE COUNT ON QUOTE, 50, CS; LI 003: Kosher Tartar Sauce, Ind. 200 Count Per Case. Certified Kosher Parve, CID A-A-20140C, Type II, Style A. *Each individual package must be marked with the kosher certification hechsher. Specify case count on bid. 200ct/cs NOTE CASE COUNT ON QUOTE, 60, CS; LI 004: Kosher Tuna, Chunk Light in Water, Individual. 4.23 FOIL PACKS ounce each package. EACH. Tuna can be a product of the U.S. or other foreign country that meets the requirements of 21CFR123.12. Product may contain soy and/or vegetable broth. *Each individual package must be marked with the kosher certification hechsher. 4.23 Foil pks, 24 ct/cs NOTE CASE COUNT ON QUOTE, 11, CS; LI 005: Kosher Beverage Mix, Ind 1000 ct/cs *Each individual package must be marked with the kosher certification hechsher. NOTE CASE COUNT ON QUOTE, 20, CS; 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. 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. 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. 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. 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). Delivery will be required between OCTOBER 1 and OCTOBER 20, 2018. All deliveries shall be to the Federal Bureau of Prisons Food Service Warehouse located at: Federal Bureau of Prisons FCI Englewood 9595 W. Quincy Ave. Littleton, Colorado 80123 The Federal Bureau of Prisons Warehouse at FCI Englewood is open Monday thru Friday from 7:30am-2:30pm. All deliveries are by appointment only. It is required that the vendor contact the FCI Food Service Department to schedule all deliveries. They can be reached at: Neil Houdesheldt, FSA, 303-763-4300 extension 1270 or email nhoudesheldt@bop.gov Rochelle Infante, Food Service Assistant, 303-763-4300 extension 1272 or email rinfante@bop.gov Food Service Warehouse phone number is 303.763.4300 extension 1276. 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 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/Proposal/Quotation being determined to be unacceptable. Bid/Offer/Quote MUST be good for 45 calendar days after close of Buy, unless otherwise indicated. 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. 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 clientservices@fedbid.com. If supplying a different case size, ensure the minimum quantity required is met and specify the specific case size. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) is hereby incorporated by reference. Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase 5 Percent decrease This increase or decrease shall apply to all line items. Delivery of Excess Quantities (Sept 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor s expense or retained and paid for by the Government at the contract unit price AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/15B40319Q00000002/listing.html)
 
Place of Performance
Address: Littleton, CO 80123
Zip Code: 80123
 
Record
SN05042873-W 20180819/180817230832-902f0dda6318ec9e657123f58b86ff91 (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  © 1994-2020, Loren Data Corp.