Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2012 FBO #3974
MODIFICATION

89 -- Orthodox Kosher Certified Meals

Notice Date
10/9/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
5880 State Highway 67 S, Florence, CO 81226
 
ZIP Code
81226
 
Solicitation Number
RFQP0406120006
 
Response Due
10/23/2012
 
Archive Date
4/21/2013
 
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 RFQP0406120006 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 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 446191 with a small business size standard of $14.00M.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 2012-10-23 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Florence, CO 81226 The Federal Bureau of Prisons requires the following items, Exact Match Only, to the following: LI 001, Kosher Parve- 14 Ounce Fish Fillet Meal consisting of: -4 ounce-weight Fish Fillet cut from solid muscle fillet block pollack, whiting, flounder, cod, tilapia, or other white fish flesh Fillet(not Breaded) -2 ounce-weight Tomato Sauce -4 ounce-weight White Rice -4 ounce-weight Mature Lima Beans 1200 EA, 1, LOT; LI 002, Kosher Meat- 18 Ounce Beans and Franks Meal consisting of: -4 ounce Beef Franks or Cocktail Franks no artificial colors -8 ounce-weight Vegetarian Beans with Tomato Sauce -6 ounce -weight Diced Potatoes Note: The finished product of the Beef Frank may not contain more than 3.5% of a non-dairy non -meat binders and extenders 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. 1200 EA, 1, LOT; LI 003, Kosher Meat- 16 Ounce Chicken Patty Meal consisting of: -4 ounce-weight Chicken Patty made from chunked and formed white meat (not from mechanically deboned meat). Breaded (combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer) -2 ounce-weight Chicken Gravy -6 ounce-weight Mashed Potatoes -4 ounce-weight Mixed Vegetables -2 ounce-weight Chicken Gravy -6 ounce-weight Mashed Potatoes -4 ounce-weight Mixed Vegetables 720 EA, 1, LOT; LI 004, Kosher Meat- 18 Ounce Chicken Wing Meal consisting of: -6 ounce-weight Chicken Wings with skin and bones -2 ounce-weight Buffalo Sauce -6 ounce-weight Mashed Potatoes -4 ounce-weight Sweet Peas 720 EA, 1, LOT; LI 005, Kosher Meat- 20 Ounce chicken Chow Mein Meal consisting of: Chicken Chow Mein entree made from: -4 ounce-weight Breaded Chicken Nuggets made from chunked and formed white meat ( not from mechanically de-boned meat), Breaded (combined breading and added ingredients may not exceed 35% including no more than 5%soy used as stabilizer) - 6 ounce-weight Gravy Thickened with Corn Starch - 1 ounce-weight Celery, Bell Pepper, and Onion - 2 ounce-weight Green Beans - 3.5 ounce weight White Rice - 3.5 ounce-weight Sweet Peas and Carrots 720 EA, 1, LOT; LI 006, Kosher Meat- 16 Ounce Turkey Cutlet Meal consisting of: -4 ounce-weight Turkey Cutlet made from Chunked and formed white meat (not from mechanically deboned meat), Breaded ( combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer) -2 ounce-weight Gravy -6 ounce-weight Mashed Potatoes -4 ounce-weight Mixed Vegetables 720 EA, 1, LOT; LI 007, Kosher Meat -16 Ounce Meatloaf Meal consisting of: -4 ounce-weight Meatloaf (made with ground beef with not more than: 20% fat; 20% added ingredients) -2 ounce-weight Brown Gravy -6 ounce-weight Mashed Potatoes -4 ounce-weight Mixed Vegetables Note: The finished product of the Meatloaf may not contain more than 3.5% of a non-dairy non-meat binders and extenders or 2% isolated soy protein may be used, but must be shown in the ingredients 1200 EA, 1, LOT; LI 008, Kosher Meat -16 Ounce Salisbury Steak Meal consisting of: -4 ounce-weight Salisbury Steak (made with ground beef with not more than: 20% fat; 20% added ingredients -2 ounce-weight Brown Gravy -6 ounce-weight Mashed Potatoes -4 ounce-weight Mature Lima Beans Note: The finished product of the Salisbury Steak may not contain more than 3.5% of a non dairy- non-meat binders and extenders 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 1200 EA, 1, LOT; LI 009, Kosher Meat - 20 Ounce Spaghetti and Meatballs Meal consisting of: -4 ounce-weight cooked Beef Meatballs (made with ground beef with not more than: 20% fat; 20% added ingredients;) -5 ounce-weight Spaghetti Pasta -3 ounce-weight Tomato Sauce -8 ounce-weight Sweet Peas Note: The finished product of the Meatball may not contain more than 3.5% of a non dairy- non-meat binders and extenders 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. 1200 EA, 1, LOT; LI 010, Kosher Parve -13 Ounce Vegetable Protein Cutlet Meal consisting of: -3.6 ounce-weight (minimum) Vegetable Protein Cutlet. Product not to exceed 260 mg sodium must have a minimum of 12g protein and not less than 5g of dietary fiber. (Must use soy protein concentrate for at least 70% of the Protein requirement) Product must be coated with batter mix or bread crumbs not to exceed 30% of total weight. -2 ounce-weight Mushroom Gravy -3.4 ounce-weight White Rice -4 ounce-weight Lima Beans 480 EA, 1, LOT; LI 011, Kosher Parve -16 Ounce Vegetable Protein Stuffed Cabbage Roll Meal consisting of: -6 ounce-weight Vegetable Protein Stuffed Cabbage (not to exceed 270 mg. sodium & not less than 13g of protein. (Must use soy protein concentrate for at least 70% of the protein requirement) -2 ounce-weight Tomato Gravy -4 ounce-weight Parsley Potatoes -4 ounce-weight Mixed Vegetables 480 EA, 1, LOT; LI 012, Kosher Parve -19 Ounce Vegetable Protein Chili Meal consisting of: Vegetable Protein Chili made from: -4 ounce-weight Textured Soy Protein concentrate seasoned to resemble ground beef. -3.5 ounce-weight Kidney Beans -4 ounce-weight Crushed Tomatoes, Onions spices and stabilizers as required to maintain taste and consistency -3.5 ounce-weight White Rice -4 ounce-weight Mixed Vegetables 480 EA, 1, LOT; LI 013, Kosher Dairy - 7 Ounce Cheese Omelet Meal consisting of: -3 ounce-weight Plain Egg Omelet -1 ounce cheese -3 ounce Potatoes 480EA, 1, LOT; LI 014, Kosher Dairy - 7 Ounce Spanish Omelet Meal consisting of: -3 ounce-weight Plain Egg Omelet -1 ounce Spanish Sauce -3 ounce Potatoes 720 EA, 1, LOT; LI 015, Kosher Bologna Luncheon Meat (chicken or turkey), Frozen, 4 Ounce multiple slice portion, (Shelf Stable may be l-4oz slice) Wrapped in Sealed Plastic. Each individual package must be marked with the kosher certification hechsher. 1200 EA, 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, Federal Bureau of Prisons 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. Federal Bureau of Prisons 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. 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. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP0406120006/listing.html)
 
Place of Performance
Address: Florence, CO 81226
Zip Code: 81226
 
Record
SN02910324-W 20121011/121009233847-419367c0dc7e811d6739476c8f7b3d33 (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.