Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681

Federal Correctional Institution, 27072 Ballston Road, PO Box 8000, Sheridan, Oregon 97378-8000

89 -- MEAT, MEAT PRODUCTS, AND POULTRY SOL RFQ 230-0007 DUE 092796 POC Christina Brown, 503.843.7615/Contracting Officer, E.A. Wilkowski, Jr., Supv. Contract Specialist, voice 503/843.7620. (I) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as Request for Quotation 230-0007. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-41. (IV) This solicitation is 100% SBSA. The SIC is 5142, with a size standard of 500 employees. (V) A list of Contract Line Item Number(s) (CLIN) and items are: CLIN 0001; Beef, brisket, corned, IAW National Association of Meat Purveyors (NAMP) #120, Qty 2230 lb; CLIN 0002: Beef, chuck, stew meat, IAW NAMP #135, Qty 4,260 lb; CLIN 0003; Beef, ground, IAW NAMP #136, Federal Inspection Certifications Required, Qty 10,720 lb delivered as follows: 5,360 lb within 30 days of contract award, 5,360 lb 45-60 days of contract award; CLIN 0004; Beef, patties, individually quick frozen (IQF), fat content NTE 20%, 4 oz each, IAW NAMP #136, Federal Inspection Certifications Required, Qty 5,590 lb; CLIN 0005; Beef, steak, cubed, no round meat, 4 oz each, IAW NAMP #1100, Qty 1,040 lb; CLIN 0006; Beef, steak, top sirloin, 6 oz each, IAW NAMP #172, Qty 1,490 lb; CLIN 0007; Beef, round, bottom, gooseneck, boneless, 25-30 lb each, IAW NAMP #170, Qty 440 lb; CLIN 0008: Beef, breakfast sausage, 2 oz each, IAW NAMP #810 or #817, Qty 6,540 lb; CLIN 0009: Beef, steak, cubed, breaded (chicken fried steak), 4 oz ea, IAW NAMP #1100, Qty 1,330 lb; CLIN 0010: Pork, bacon, sliced, 18-22 slices per pound, IAW NAMP #539, Qty 3,210 lb; CLIN 0011: Pork, shoulder, boston butt, boneless, IAW NAMP #406, Qty 1,310 lb; CLIN 0012: Pork, loin, with bone-in, 6 oz ea, IAW NAMP #412, Qty 3,460 lb; CLIN 0013; Frankfurters, all beef, no pork, 5-6'' length, 8 links per pound, IAW NAMP #800,l Qty 1,940 lb; CLIN 0014: Beef, liver, sliced, 4 oz ea, IAW NAMP #703, Qty 780 lb; CLIN 0015: Chicken fajitas, fully cooked, sliced, boneless chicken thigh meat, natural smoke flavoring and caramel color added, not to contain any pork contents or be cooked in pork fat, Qty 1,450 lb; CLIN 0016: Chicken nuggets, chunked and formed, breaded, precooked, IQF white meat only, no coconut, palm, or palm kernel oil allowed in the cooking process, .75 oz ea, 10#/CS, Qty 1,840 lb; CLIN 0017: Chicken patty, breast fillets, fully cooked, IQF, all white muscle meat, no coconut, palm, or palm kernel oil allowed in the cooking process, not chopped or formed, hot and spicy seasoned crispy breaded, breading not to exceed 25%, 4-5 oz ea, Type I, Qty 2,680 lb; CLIN 0018: Chicken, whole, fryer, ready to cook, without neck and giblets, US Grade A, 2-1/2 to 2-3/4 lb ea, Type II, Class 1, Style 1, Qty 17,620 lb delivered as follows: 8,810 lb within 30 days of contract award; 8,810 lb 45-60 days of contract award; CLIN 0019: Chorizo, Mexican Sausage, IAW NAMP #802, 10#/CS, Qty 490 lb; CLIN 0020: Corn Dogs, All beef, turkey or chicken; no pork, batter dipped, 10 links/lb, IAW NAMP #800, Qty 700 lb; CLIN 0021: Clams, canned, surf or skimmer, minced, packed in natural juices, Species (F), Type 2, 50 oz can, 12 cans/CS, Qty 11 CS; CLIN 0022: Fish filet, breaded, raw, no preformed, ground or emulsified product allowed, IQF, cod, pollack, whiting or haddock, Breading not to exceed 25% of total weight, 4 oz portions, Qty 2,470 lb; CLIN 0023: Fish, tuna, light meat, canned, chunk or solid pack, packed in water, Color a Form I or II, Packing media 1, Salt/sodium level (A), Kisher only, 66.5 oz cans, 6 cans/case: CLIN 0024: Polish sausage, cooked, links, all beef, smoked, edible casing, USDA, 5'' link, 4 oz ea, IAW NAMP #813, Qty 1,090 lb; CLIN 0025: Turkey breast, boneless, skinless, precooked, Grade A, IQF, all white muscle meat, not chopped or formed, Qty 1,340 lb; CLIN 0026: Turkey ham, chucked and formed, smoked for flavor, minimum of 83.5% turkey thigh, no ground or emulsified meat is allowed, precooked to 155 degrees minimum, 4-12 lb packages, Qty 4,920 lb; CLIN 0027: Turkey salami, roll, no pork, approximately 4'' in diameter, Grade A, Qty 600 lb; CLIN 0028: Turkey, whole, ready to cook, young tom, basted or unbasted, US Grade A, Type II, Class 2, Style 1, 20-22 lb each, Qty 750 lb. (VI) Except as noted: all items to be frozen, no substitutions allowed, no variation in package size allowed, and no partial shipments allowed. Payment will be made in accordance with FAR clause 52.212-4(I) upon delivery of ALL items under the contract, except where partial shipments have been specified. (VII) All items to be delivered within 30 days of contract award to Federal Correctional Institution - Warehouse, 27072 Ballston Road, Sheridan, Oregon 97378; 8:00 a.m. to 3:00 p.m. local time, Monday through Friday excluding Federal holidays (VIII) FAR provision 52.212-1 Instructions to Offerors-Commercial is hereby incorporated by reference. (IX) FAR provision 52.212-2 E valuation-Commercial Items, is hereby incorporated by reference with the following addenda: in paragraph (a) the government will evaluate proposals in the following order of importance: A: cost only. (X) FAR provision 52.212-3 Offer Representations and Certifications-Commercial Items, must be completed and submitted with the proposal. (XI) FAR clause 52-212-4, Contract terms and Conditions-Commercial Items is hereby incorporated by reference with the following addenda: The following clause is hereby incorporated by reference: 52.232-18 Availability of Funds. (XII) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items hereby applies to this acquisition but only the following additional FAR clauses incorporated under paragraph b) apply 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18, and 52.225-21. The above provisions and clauses may be obtained via Internet at URL; http://www.gsa.gov/far. (XIII) 52.210-70 Humane Slaughter Act (May 1989) (Bureau of Prisons Acquisition Program Statement 4100.2). Caution to bidders: The following Statement of Eligibility must be signed by the bidder prior to the award of a contract resulting from this invitation. Failure to sign and return this statement could result in your bid being rejected as ``Non-Responsive.'' Statement of Eligibility-Humane Slaughter Act. (a) The supplier (contractor) agrees that livestock products sold to the Government, except products produced or processed from livestock slaughtered outside the United States, its possessions, and Puerto Rico, conform to the requirements of the Humane Slaughter Act of 1958 (7 U.S.C. 1901-1906), (b) ``Livestock Products'' means any article of food, or an article intended for or capable of being used as food, for either humans or animals which is cattle, calves, horses, mules, sheep, swine, or goats. Livestock products to not include (1) supplies, the animal produced portion of which is less than 5% by weight of the net weight and (2) poultry. (c) A slaughterer or processor will be deemed to be affiliated with another slaughterer or processor if it controls, is controlled by, or is under common control with such other slaughterer or processor if it controls, is controlled by, or is under common control with such other slaughterer or processor. (d) Livestock products which conform to the requirements of the Humane Slaughter Act of 1958 are products which have been produced and processed either (1) by the slaughterers or processors which, in all of their plants and in all of the plants of the slaughterers and processors with which they are affiliated, slaughter, and handle in connection with slaughter, livestock only by methods designated as humane by the Secretary of Agriculture; or (2) from livestock slaughtered in accordance with requirements of the Jewish faith or any other religious faith that prescribes a method of slaughter whereby the animal suffers loss of consciousness by anemia of the brain caused by the simultaneous severance of the carotid arteries with a sharp instrument, which ritual requirements have been designated as humane methods of slaughter by the subject act. (e) This statement is made with the full knowledge that it will be relied upon by the Government in entering into contracts with the supplier (contractor) and in payment of claims thereunder. WARNING: Making a false statement herein or submission of any false claim hereunder will subject supplier (contractor) to punishment as provided in Title 18, United States Code, Crimes, and Criminal Procedure. Date;, Signature of Supplier-Contractor, Title, Address: (XIV) Defense Priorities and Allocations System (DPAS): N/A. (XV) CBD Numbered Note 1 applies. (XVI) Offers in original shall be received at Federal Correctional Institution-Contracting, 27072 Ballston Road, PO Box 8000, Sheridan, Oregon 97378, Attn: Christina Brown, on or before September 27, 1996, COB. All offers shall be clearly marked with the offeror's name and the RFQ number. (XVII) POC for solicitation information: Christina Brown, Contract Specialist, voice 503.843.7615, fax 503.843.7623. E-mail she2304@pnn.com. (254)

Loren Data Corp. http://www.ld.com (SYN# 0351 19960916\89-0001.SOL)


89 - Subsistence (Food) Index Page