Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

89 -- FCI Mendota - 1st QTR Subsistence Order

Notice Date
8/13/2020 9:35:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
FCI MENDOTA MENDOTA CA 93640 USA
 
ZIP Code
93640
 
Solicitation Number
15B62020Q00000018
 
Response Due
8/26/2020 12:00:00 AM
 
Archive Date
02/22/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 15B62020Q00000018 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. 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.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-08-26 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Mendota, CA 93640 The DOJ BOP Field Offices- FCI MENDOTA 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, 7500, LB; LI 002: Pasta, Macaroni, Elbow Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, Type I, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.113 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 2000, LB; LI 003: Pasta, Lasagna Noodles, Curl or Flat Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, Type VIII, Class 1 of 2, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 240, LB; LI 004: Pasta, Spaghetti, Long Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062E, Type VI, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags., 3000, LB; LI 005: Pasta, Enriched Egg Noodles, Ribbon Shaped Noodles or Large Bow Shaped Noodles. (CID A-A-20063C, Type I or Type II, Style B). 1 lb to 40 lb sealed bags., 2000, LB; LI 006: Non-Fat Dry Milk, Fortified with Vitamins A and D. (CID AA-20085D, Type II), 250, LB; LI 007: Cereal, Prepared, Ready to Eat, Wheat, Bran Flakes, made from Whole grains or combination of whole and refined grains. (CID A-A-20000D, Type I, Class 5, Grain Composition A). Bulk package range 12 to 40 lb case. Specify case weight on bid., 4000, LB; LI 008: Soy Protein Products (SPP), Meat Flavor, Chunks. Soy Protein Products (SPP) covered by this specification are food products produced by the reduction or removal from soybeans of certain of the major non-protein constituents (water, oil, carbohydrates) in a manner to achieve a protein content of: � in the case of soy protein flour (SPF) 50% or more and less than 65%; � in the case of soy protein concentrate (SPC) 65% or more and less than 90%; � in the case of soy protein isolate (SPI) 90% or more. The protein content is calculated on a dry weight basis excluding added vitamins, minerals, amino acids and food additives. Product comes dehydrated, in bulk packaging, with chunks averaging from �� to 1� in size. Product will not contain any animal by products or ingredients., 500, LB; LI 009: Soy Protein Products (SPP), Meat Flavor, Bits or Crumbles. Soy Protein Products (SPP) covered by this specification are food products produced by the reduction or removal from soybeans of certain of the major non-protein constituents (water, oil, carbohydrates) in a manner to achieve a protein content of: � in the case of soy protein flour (SPF) 50% or more and less than 65%; � in the case of soy protein concentrate (SPC) 65% or more and less than 90%; � in the case of soy protein isolate (SPI) 90% or more. The protein content is calculated on a dry weight basis excluding added vitamins, minerals, amino acids and food additives. Product comes dehydrated, in bulk packaging. Product will not contain any animal by products or ingredients., 500, LB; LI 010: Soy Protein Products (SPP),Chicken Flavor, Chunks. Soy Protein Products (SPP) covered by this specification are food products produced by the reduction or removal from soybeans of certain of the major non-protein constituents (water, oil, carbohydrates) in a manner to achieve a protein content of:� in the case of soy protein flour (SPF) 50% or more and less than 65%;� in the case of soy protein concentrate (SPC) 65% or more and less than 90%;� in the case of soy protein isolate (SPI) 90% or more. The protein content is calculated on a dry weight basis excluding added vitamins, minerals, amino acids and food additives. Product comes dehydrated, in bulk packaging, with chunks averaging from �� to 1� in size. Product will not contain any animal ingredients., 500, LB; LI 011: Pimintos, Canned, as such product is defined in the Standards of Identity for Canned Pimintos (21 CFR 155.200). Pieces, Slices, Diced or Chopped. US Grade A (US Fancy) or Grade C (US Standard). State can and case size on bid. LOCAL SPECIFICATION # 6/#10 Cans, 56, CS; LI 012: Pastries, Breakfast Cakes, Assorted, Individual, Fresh or Frozen, Thaw and Serve, or Bake and Serve. (Muffins, Bagels, Donuts, Cinnamon Rolls, etc.) Specify item, size case count, and if items contain yeast on bid. Items will not contain poppy seeds. LOCAL SPECIFICATION # Must Be 4 Ounce and Individually Wrapped. Muffins, Pop Tarts (2 per Pk), or Cinnamin Rolls, EQUAL VARIETY OF AT LEAST 3 DIFFERENT FLAVORS, 90000, EA; LI 013: Tomato Catsup, as defined in the standard of identity for catsup, ketchup, catchup (21 CFR 155.194). U.S. Grade A-C. 6/#10 Cans or Pouches per case. State can or pouch on bid. LOCAL SPECIFICATION - 6/#10 Cans, 56, CS; LI 014: Tomatoes, Canned, Diced, as defined in the standard of identity for canned tomatoes (21 CFR 155.190). U.S. Grade A-C, Average drained weight of 54.7 to 63.5 ounces per #10 can/pouch. 6/#10 cans or pouches per case. State can or pouch on bid. LOCAL SPECIFICATION - 6/#10 Cans, 168, CS; LI 015: Vegetable, Carrots, Canned, Sliced, Diced, Julienne, French Style, or Cut. Minimum drain weight 64 oz. U.S. Grade A, U.S. Fancy, U.S. Grade C or U.S. Standard. As defined in Food and Drug Standard of Identity 21 CFR 155.200. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case. State can or pouch on bid. LOCAL SPECIFICATION - 6/#10 Cans, 224, CS; LI 016: Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Supersweet, Golden (or yellow), Grade A - C. As defined in Food and Drug Standard of Identity 21 CFR 155.130. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case or 6/75 oz vac-pack cans per case. State type of can or pouch on bid. LOCAL SPECIFICATION - 6/ #10 Cans Only., 112, CS; LI 017: Vegetable, Peas, Sweet, Canned. U.S. Grade A - C. As defined in Food and Drug Standard of Identity 21 CFR 155.170. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case. State can or pouch on bid. LOCAL SPECIFICATION - 6/#10 Cans, 168, CS; LI 018: Vegetable, Spinach, Cut leaf of Sliced, U.S. Grade A, U.S. Fancy, U.S. Grade B, or U.S. Extra Standard. As defined in Food and Drug Standard of Identity 21 CFR 51.990. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada, 6/#10 cans or pouches per case. State can or pouch on bid. LOCAL SPECIFICATION - 6/#10 Cans, 168, CS; LI 019: Vegetable, Potatoes, French Fries, Frozen, Institutional type, Straight Cut, Crinkle Cut, Slices, or Strips. Strips will be 3/8 x 3/8, 1/2 x 1/4, or 3/8 x 3/4 inch and be Extra Long, Long, or Medium (at least 50% or more are 2 inches or longer. OVENABLE. U.S. Grade A, U.S. Fancy or U.S. Grade B. As defined in Title 7 62.2391-2405. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. Examples of acceptable types also includes wedges and steak cut. LOCAL SPECIFICATION - OVENABLE ONLY, NO WAFFLE FRIES, 4500, LB; LI 020: 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. LOCAL SPECIFICATION - OVENABLE ONLY, 3000, LB; LI 021: Fruit, Pears, Canned. Standards of Identity contained 21 CFR 145.175 or 145.176, Halves, Halved, Quarters, Quartered, Slices, Sliced, Dice, or Diced, U.S. Grade A, B, C, or U.S. Fancy. Packed in light syrup, lightly sweetened fruit juice and water, lightly sweetened fruit juice, slightly sweetened water, extra light syrup, slightly sweetened fruit juice and water, slightly sweetened fruit juice, or in water. 6/#10 cans per case., 112, CS; LI 022: Soup Base, Bouillon, Beef Flavor, Low or Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type I, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (1) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 lb = 10> gal) (triple yield -1 lb = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 300, LB; LI 023: Soup Base, Bouillon, Chicken Flavor, Low or Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type II, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (1) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 lb = 10> gal) (triple yield -1 lb = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 300, LB; LI 024: Soup Base, Bouillon, Vegetable Flavor, Low or Reduced Sodium, Powdered, No added monosodium glutamate. (CID A-A-20202B, Type IV, Class 2 or 3, Style A, Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finished product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (1) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons (5.67 grams makes an 8 oz. cup serving size) (Double yield -1 lb = 10> gal) (triple yield -1 lb = 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 300, LB; LI 025: Meats, Chicken, Boneless, Skinless, Raw, White Meat (Tender or Breast Meat), Frozen, A or B quality per the USDA, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq. Boneless, skinless breasts must be free of cartilage and fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated with tenderloins are permitted. Tenderloins or boneless, skinless parts must be free of blood clots, bruises, cuts, tears, and holes in the muscle tissue. Slight discolorations and separation of the muscle tissue is permitted on boneless, skinless parts, provided it does not detract from the appearance of the product. Boneless, skinless parts may be diced. The dicing process must result in size-reduced portions of meat that are intact, not mutilated, and with surfaces relatively smooth in appearance. Individual size-reduced portions of meat must be relatively uniform in size and shape, and consistent with the size reduction process. Not breaded. Packed in poly bag boxes. All packaging and packing materials must be clean and in new condition. Products produced or labeled with any phrase �under religious exemption� will be refused., 7000, LB; LI 026: Meats, Turkey, Boneless, Roast, Raw, Natural, Boned Rolled and Tied, netted, roasting pack or other appropriate packaging. Breast meat or breast/thigh meat (8-12 lb each) or whole muscle thigh meat (4-5 lb each). Skin (Maximum) 12.5%. Products produced or labeled with any phrase related to �under religious exemption� will be refused., 1000, LB; LI 027: Meats, Bologna, Beef, Turkey, Chicken, or combination thereof. IMPS 801. Artificial Casing, Frozen, 4� to 5� in Diameter. Finished products may not contain more than 30% fat or no more than 10% water, or a combination of 40% fat and added water, The finished product may not contain more than 3.5% nonmeat 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 FSIS Food Standards and Labeling Policy. Manufacturer�s letters will NOT be accepted in lieu of labeling. LOCAL SPECIFICATION # ONLY Turkey, 3000, LB; LI 028: Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, Beef 6 inch, 8:1 or 10:1 Ratio (must specify weight ratio on bid), Skinless, Without non-meat binders and extenders or With nonmeat binders and extenders (such as nonfat dry milk, wheat, rice, soy flour, or soy protein concentrate. (IMPS 800, Major Ingredient D or D1 OR CID A-A-20341, Meat Species II, Size A, Ratio 1, Non-meat binders and extenders (a) or (b). The finished product shall not contain more than 30 percent fat or no more than 10 percent added water, or a combination of 40 percent fat and added water. Non-meat binders and extenders may be used up to 3.5 percent or isolated soy protein may be used up to 2 percent in the frankfurters per 9 CFR � 424.21 (c). 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) Standards and Labeling Policy. Manufacturer�s letters will NOT be accepted in lieu of labeling. LOCAL SPECIFICATION # ONLY 6 Inch, 1000, LB; LI 029: Meats, Salami, Beef, Turkey, Chicken, or combination thereof. IMPS 804. Artificial Casing, Frozen, 4� to 5� in Diameter. Finished products may not contain more than 30% fat or no more than 10% water, or a combination of 40% fat and added water, The finished product may not contain more than 3.5% nonmeat 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 FSIS Food Standards and Labeling Policy. Manufacturer�s letters will NOT be accepted in lieu of labeling. LOCAL SPECIFICATION # ONLY Salami, 3000, LB; LI 030: Cheese, Cheddar, U.S. Grade AA or A. �Cheddar cheese� is cheese made by the cheddaring process or by another procedure which produces a finished cheese having the same physical and chemical properties as the cheese produced by the cheddar process and is made from cow's milk with or without the addition of coloring matter and with common salt, contains not more than 39 percent of moisture, and in the water-free substance, contains not less than 50 percent of milk fat and conforms to the provisions of �19.500, �Definitions and Standards of Identity for Cheese and Cheese Products.� Food and Drug Administration (21 CFR 19.500). Manufacturer�s letters will NOT be accepted in lieu of labeling (Bidder needs to indicate if cheese is Loaf/Block or Shredded Coarse). Packaging: 5 lb to 40 lb sealed Bags or containers., 2000, LB; LI 031: Cheese, Mozzarella, Low-moisture Mozzarella, Part-skim Mozzarella, Low-moisture Part-skim Mozzarella, and Lite Mozzarella. As specified in the USDA Quality Specifications for Mozzarella Cheeses. The Cheeses may be in Loaf, Sliced, Shredded, or Diced forms. Milk fat ranging from not less than 45% on dry basis to 10.8% depending on type. Moisture content ranging from more than 45% to not more than 60% depending on type. Each of the ingredients used in the food shall be declared on the label. Manufacturer�s letters will NOT be accepted in lieu of labeling (Bidder needs to indicate if cheese is Loaf/Block or Shredded Coarse). Packaging: 5 lb to 40 lb sealed Bags or containers. LOCAL SPECIFICATION # Shredded Coarse Only, 800, LB; LI 032: Cheese, Parmesan or Parmesan and Romano Mixed, Grated, Italian Style, 12-1 lb containers per case., 30, CS; LI 033: Eggs, Pasteurized, Liquid, Frozen. Specify case size on bid. LOCAL SPECIFICATION - 30 LB CASE, 3000, LB; LI 034: Turkey Ham, Frozen, Fully Cooked Chunked and Formed, (No ground, MST or Comminuted meat) No More than 20% Water Added, (No Turkey Ham Picnics) 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., 1000, LB; LI 035: Apple Sauce, US Standards for Grades, 6 /#10 cans per case., 112, CS; LI 036: Apricots, Peeled, Halves or Slices, Canned, U.S. Grade A, B, C, or U.S. Fancy, Standard of Identity contained in 21 CFR 145.115 Packed in light syrup, lightly sweetened fruit juice and water, lightly sweetened fruit juice, slightly sweetened water, extra slightly sweetened fruit juice and water, slightly sweetened fruit juice, or in water 6/#10 Cans per Case, 112, CS; LI 037: Powdered Cake Mix, Banana, CID A#A#20181B, Type 1, Style A, 2500, LB; LI 038: Powdered Cake Mix, Blueberry Cake CID A#A#20181B, Type 1, Style A., 2500, LB; LI 039: Powdered Cake Mix, Chocolate Cake, CID A#A#20181B, Type 1, Style L, 2500, LB; LI 040: Corn Starch, Unmodified, regular, native or common, fine or coarse powder., 500, LB; LI 041: Vegetable, Collard Greens, Canned, Grade U.S. No. 1. As defined in Title 7, 51.521. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY., 56, CS; LI 042: Vegetable, Peppers, Jalapenos, Sliced. U.S. Grade U.S. Fancy, U.S. No. 1, or U.S. No. 2. As defined in Title 7, 51.1282 � 1284. 6/#10 cans ONLY, 56, CS; LI 043: Juice, Lemon, Reconstituted (CID A#A#20144B), Quarts, 48, EA; LI 044: Lime Juice, Quarts, 48, EA; LI 045: Mandarin Oranges, Broken Segments, Light Syrup Pack, 6 / # 10 cans per case., 112, CS; LI 046: Marinara Sauce, 6 /#10 cans per case, CID #A#A#20200. 6/#10 can ONLY., 112, CS; LI 047: Powdered Cake Mix, Pound Cake, CID A#A#20181B, Type 1, Style A, 2500, LB; LI 048: Tomato, Crushed, Peeled, Tomato Soluble Solids (TSS) 12% or Greater; Color, Flavor, Odor to be equivalent to Grade A for Tomato Puree; Minimum Drain Weight 63.5 oz., Grade Standard Reference Title 7 CFR 52.5168, 6/#10 Cans ONLY., 56, CS; LI 049: Powdered Cake Mix, White Cake, CID A#A#20181B, Type 1, Style A, 2500, LB; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.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 MENDOTA intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. DOJ BOP Field Offices- FCI MENDOTA 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process.Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. To ensure compliance with the Prompt Pay Act and the Bureau of Prisons Program Statement P2011.13, the following items should be invoiced together on the same invoice due to specific payment due dates as prescribed: -Meat and Meat Food Products, Eggs, and Fresh or Frozen Fish or Seafood: due no later than 7 days after date of delivery. -Perishable agricultural commodities (fresh or frozen fruits and vegetables): Not later than 10 days after date of delivery, unless another payment date is specified in the contract. -Dairy products and food products prepared from edible fats or oils: Not later than 10 days after receipt of a proper invoice. -Charge Account Purchases: 30 days after receipt of the statement. -All other goods and services: On the date(s) specified in the contract. If a payment due date is not specified, 30 days after the start of the payment period. Failure to invoice as such may result in payment being made within the longest time period available for the products as billed on the invoice. Delivery of all awarded items will occur between Thursday, October 1, 2020 and Friday, October 16, 2020. Delivery of all awarded items will occur at the Food Service Warehouse. The Food Service Warehouse hours of operation and contact number are listed below. Vendors may request a delivery extension prior to the last date of delivery by contacting the Contracting Office of FCI Mendota at 559-274-4000 during local business hours: 0800hrs - 1600hrs. An extension may be granted, after appropriate consideration, up to a maximum of ten business days. The extension will be confirmed officially through bilateral modification of the purchase order and will be signed by the contracting officer. The vendor will sign and complete blocks 15a-15c of the modification (SF-30) to complete the extension, and will return the modification signed via email to the contracting officer. Any delivery beyond the timeframes listed above or beyond the approved extension is subject to Termination for Cause. The below information should be provided to utilized freight/delivery drivers to assist in delivery to the maximum extent practicable: Warehouse hours are from 8:00 a.m. (0800hrs) to 2:00 p.m. (1400hrs) local time, Monday through Friday (excluding Federal Holidays and Weekends). Warehouse phone number: 559-274-4278. The government intends to make multiple awards as a result of this solicitation. The amount of award generally will determine how payment will be processed by the Government. For Awards Under $10,000: Awards as a result of this solicitation that total less than $10,000, shall be processed as a Purchase Card Request and will be processed by staff within our Food Service Warehouse through Government Purchase Card. The local contracting office may process requests within this range if there is an expectation that variances could exceed this threshold. For Awards At or Above $10,000: Awards as a result of this solicitation that equal or exceed $10,000 will be processed as Purchase Orders referencing this solicitation. 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. 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. 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. This solicitation will be evaluated and make awards on the basis of best value. Best value will consider price, price-related, and other factors, including past performance and delivery time, in making this determination. Award will be made to the responsible seller whose offer conforming to the solicitation will be the most advantageous to the buyer based on an evaluation of these factor(s). This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. 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. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. No partial shipments are permitted unless specifically authorized at the time of award. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 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). 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. 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 seller�s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6. 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 �Included in line item� feature to allow a no bid on that line item. Please bid on the entire amount requested in the line item description.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2aedebb6afaa46daa2d14680f6fba2f2/view)
 
Place of Performance
Address: Mendota, CA 93640, USA
Zip Code: 93640
Country: USA
 
Record
SN05757471-F 20200815/200813230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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