SOLICITATION NOTICE
89 -- FCC ALLENWOOD BREAD/DAIRY/EGGS 3RD QTR 2020
- Notice Date
- 1/30/2020 10:37:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- FCC ALLENWOOD WHITE DEER PA 17887 USA
- ZIP Code
- 17887
- Solicitation Number
- 15B20120Q00000006
- Response Due
- 2/21/2020 9:00:00 AM
- Archive Date
- 03/07/2020
- Point of Contact
- Adam S. Simmonds, Phone: 5705470963 6157, Andrea Gavitt, Phone: 5705470963
- E-Mail Address
-
asimmonds@bop.gov, amgavitt@bop.gov
(asimmonds@bop.gov, amgavitt@bop.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Federal Correctional Complex Allenwood in Allenwood Pennsylvania is soliciting quotes (RFQ) for the following requirement under solicitation number 15B20120Q00000006; �subsistence & other food related� items delivered to FCC ALLENWOOD, Route 15, 2 Miles North of Allenwood, Allenwood PA 17810. Please see attached quote sheet for specifications and quantities requested. . �������������������� �Place quotes on the attached specification sheet. �������������������� �Fill in offeror Business name and DUNS number at the top of each page of the quote sheet. �Please ensure that you only bid on items that you can and will provide meeting the provided specifications. If you cannot provide items that you were awarded, performance will be affected and may affect future awards. �������������������� �QUOTE ONLY on Items that Meet the REQUIRED SPECIFICATIONS as provided. �������������������� �Quotations must be received no later than Friday, February 21, 2020, 12:00 P.M. EST. �We will anticipate the delivery of awarded items during the week of April 1 - 10, 2020 unless other delivery arrangements are agreed upon. Failure to deliver within the specified date range or delivery date may result in awarding to the next lowest offeror. �������������������� �Mixed Deliveries of dry and refrigerated goods will not be accepted. �������������������� �Electronically submitted quotations only submitted to Adam Simmonds asimmonds@bop.gov; Please do not mail your quotes. �������������������� �NO SF1449 WILL BE ISSUED FOR THIS SOLICITATION. No substitutions of products will be allowed. This Solicitation is being distributed solely through the Federal Business Opportunities website, www.beta.sam.gov. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. The date for receipt of quotes is Friday, February 21, 2020, 12:00 P.M. EST.� Faith-Based and Community-Based Organizations have the right to submit offers/quotes equally with other organizations for contracts for which they are eligible. The North American Industrial Classification System (NAICS) code applicable to this requirement is 311999. The solicitation is 100% set-aside for small business. The small business size standard is 500 employees. Each offeror is required to complete their representations and certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online. SAM replaces CCR/Fed Reg, ORCA, and EPLS. If you have been using those systems, you should now go to www.sam.gov to find your information. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02 dated 12-21-2019. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to quoters Commercial items applies to the acquisition. Quoters shall include a completed copy of FAR provision 52.212-3, Quoter Representations and Certifications Commercial Items, and furnish Quoters Federal Tax Identification Number, DUNS Number. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. �MEAT Product Samples� - 52.212-1(d) � Product samples will be requested at the Food Service Administrators discretion. If product samples are requested the following will apply: Product Samples - FCC Allenwood is requesting product samples, as needed, at or prior to the time specified for receipt of offers. These samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during pre-award testing. Samples should be of 6 serving sizes, label, and lot number of the product. Additional Terms and Conditions are attached. In addition items shall be Buy American Act Compliant. This requirement is a Firmed-Fixed-Price contract. The government reserves the right to make a single award or multiple awards from this solicitation if it is advantageous to the agency. The Government will award to responsible vendor(s) whose offer, conforms to the solicitation, and are considered to be most advantageous to the Government. Past performance will be considered approximately equal in value to price.� The Best Value Determination method will be used to make award for this requirement. FAR defines �Best value� as the expected outcome of an acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. Please include shipping in all pricing Considerations for this best value determination include 1 � Price; 2 - Past Performance to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; (poor past performance, failure to deliver awarded items in the past, not meeting required specifications, etc.), may result with the vendors quotes being considered as a non-responsible vendor. 3 - Technically Acceptable Item. � Special Instructions for Shipping/Receiving: � Bread products, items 3 - 6 will be awarded as all or none basis. Dairy products, items 1 � 2 will be awarded as all or none basis. Bread will be shipped weekly as designated on the weekly request provided by Allenwood Food Service. In effort to reduce FCC Allenwoods Environmental footprint, bread will be shipped on reusable, plastic bakery trays on dollies stacked no more than 6 feet high. Each dolly of bread will be marked with the institution USP, FCI, U-5, LSCI as on the weekly order that is faxed/emailed. Mixed dollies of Bread will be labeled as to what items are on that dolly (ie, 50 pk wheat bread, 36 pk hotdog) Eggs and Dairy will be delivered weekly according to the weekly request. You will be notified of any differences found after items have been counted, either at time of delivery or a later time if they cannot be counted at time of delivery. Items which are conditionally received, and found to be unacceptable, must be picked up at the vendors� expense within three days of noncompliance notification. All items will be closely inspected. Items that are required to be redelivered must be provided within 24 hours of notification of the rejected items. Receipt of delivery may be conditional for a period of three (3) days in order to allow for adequate examination and testing. Rejected deliveries in whole or part will be returned at the offeror�s expense. Rejected items failed to be picked up within three days will be disposed of by warehouse staff. Failure to provide product meeting the specification or of poor quality (i.e. molded, stale, etc.) will result in the order being cancelled and awarded to the next offeror that meets the requirements. Bread and Eggs delivery time will be no later than 1000 AM on Mondays, if Monday is a Federal Holiday it will be delivered the Friday prior. Dairy will be delivered on Tuesdays no later than 730 AM, if Tuesday is a Federal Holiday it will be delivered the Monday prior. Invoicing Instructions: Invoice only items that have been delivered. Invoiced items need to match items, and units of measure as shown on the purchase order. Invoices that do not match the purchase order will be returned and payment may be delayed. The point of contact for all information regarding this solicitation is Adam Simmonds, Contract Specialist, (570) 547-0963 x6157. Offers will be accepted via e-mail to the attention of asimmonds@bop.gov . Quotes shall be submitted electronically to asimmonds@bop.gov �NO LATER THAN Friday, February 21, 2020, 12:00 P.M. EST. Attachment size cannot exceed 14 MB. It is the Quoters responsibility to confirm receipt of their quote.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/adf80c3a959f41309489d5fd17c80fa9/view)
- Place of Performance
- Address: Allenwood, PA 17810, USA
- Zip Code: 17810
- Country: USA
- Zip Code: 17810
- Record
- SN05548471-F 20200201/200130230209 (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 |