SOLICITATION NOTICE
89 -- FCI Phoenix FY'21 1st QTR National Menu
- Notice Date
- 8/5/2020 8:00:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- FCI PHOENIX PHOENIX AZ 85086 USA
- ZIP Code
- 85086
- Solicitation Number
- 1036721
- Response Due
- 8/21/2020 12:00:00 AM
- Archive Date
- 02/17/2021
- 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 1036721 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: 2020-08-21 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be PHOENIX, AZ 85086 The FCI PHOENIX requires the following items, Meet or Exceed, to the following: LI 001: Beans, Dry, Great Northern, Whole, U.S. Grade 1 - 3, 2500, LB; LI 002: Beans, Dry, Pinto, Whole, U.S. Grade 1, 3750, LB; LI 003: Beans, Kidney or Red, Canned, In Brine, Meatless, Light or Dark Red. (CID A-A-20134C, Type I or IV, Class C, D, E, or I, Style 1). 6/#10 cans per case, 150, CS; LI 004: Beans, Garbanzo (Chick Peas), Canned, In Brine, Meatless. (CID AA-20134C, Type I or IV, Class E or J, Style 1). 6/#10 cans per case, 20, CS; LI 005: Beans, Pintos, Canned, In Brine, Meatless. (CID A-A-20134C, Type I or IV, Class B, Style 1). 6/#10 cans per case, 50, CS; LI 006: Beans, Black, Canned, In Brine, Meatless. (CID A-A-20134C, Type I, Class K or Type IV, Class A; Style 1). 6/#10 cans per case, 50, CS; LI 007: Rice, U.S. Grade 1 , Long Grain MILLED Rice, Parboiled Light, 10000, LB; LI 008: Pasta, Macaroni, Elbow Form, 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. 20 lb sealed bags., 5000, LB; LI 009: Pasta, Macaroni, Rotini Form, Regular. (CID A-A-20062E, Type V, Style A, B, C, or D). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21 CFR 139.135. 20 lb sealed bags., 2000, LB; LI 010: Pasta, Spaghetti, Long Form, 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. 20 lb sealed bags., 5000, LB; LI 011: Flour, General, All Purpose, Unbleached. (CID A-A-20126F, Type II or VI, Style A)., 2500, LB; LI 012: Non-Fat Dry Milk, Fortified with Vitamins A and D. (CID A-A-20085D, Type II)., 500, LB; LI 013: 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. In sealed bags Product of the USA or Canada Specify case weight on bid., 10000, LB; LI 014: BUTTER, Bulk (Made exclusively from milk or cream or both, with or without common salt, and with or without additional coloring matter, and containing not less than 80 percent by weight of milkfat). U.S. Grade AA, A, or B. As defined in 7 CFR 58.2621-2627. State case size and pack on bid., 1500, LB; LI 015: Mustard, Prepared, Yellow (Salad Style). (CID A-A-20036C, Type I). 4/1 Gallon plastic containers per case., 25, CS; LI 016: Sugar, Brown, Light or Dark (CID A-A-20135D, Type II, Style A or B), 2500, LB; LI 017: Sugar, White (Refined), Granulated (fine, extra fine, or super fine)(CID A-A-20135D, Type I, Style A or B). Each individual is 1/10 oz. State case count on bid., 2500, LB; LI 018: Tomatoes, Canned, Diced, as defined in the standard of identity for canned tomatoes (21 CFR 155.190). U.S. Grade A, Average drained weight of 54.7 to 63.5 ounces per #10 can. 6/#10 cans ONLY NO BAGS or POUCHES NAME BRAND. State on bid.NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 200, CS; LI 019: Tomato, Paste, as defined in the standard of identity for tomato paste (21 CFR 155.191). Natural Tomato Soluble Solids ranging from extra heavy (28 to 39.3%). U.S. Grade A, U.S. Fancy, U.S. Grade C, or U.S. Standard. 6/#10 cans ONLY no bags or pouches. State can on bid.NAME BRAND NOIPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 50, CS; LI 020: Tomatoes,CRUSHED, Canned, Whole, 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. 6/#10 cans ONLY NO BAGS OR POUCHES.NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 50, CS; LI 021: Vegetable, Beans, Green, Canned, Cut,French Style,, Good to reasonably good character (A ), Minimum drain weight 59 oz. U.S. Grade A-C. As defined in Food and Drug Standard of Identity 21 CFR 155.120. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES. State can or pouch on bid.NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 300, CS; LI 022: Vegetable, Beans, Wax, Canned, Cut, Good to reasonably good character (A or B), Minimum drain weight 59 oz. U.S. Grade A - C. As defined in Food and Drug Standard of Identity 21 CFR 155.120. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES.NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 50, CS; LI 023: Vegetable, Beets, Canned, Whole, Slices, Quarters, 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 ONLY NO BAGS OR POUCHES. State can or pouch on bid.NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 50, CS; LI 024: Vegetable, Carrots, Canned, Sliced, diced 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 ONLY NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD NO RELABELED OR HOUSE BRANDS, 275, CS; LI 025: Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Supersweet, Golden (or yellow), Grade A . 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 ONLY NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 275, CS; LI 026: 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 NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 200, CS; LI 027: Vegetable, Mixed (5-way mix including carrots, green beans, peas, corn, and lima beans), Canned, With Salt, Without Salt, No Sald Added, Low Sodium, or Other. (CID A-A-20120E, Type II, Style A, B, C, D, or E). Minimum drain weight of 64 oz. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans ONLY NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD NO RELABELED OR HOUSE BRANDS, 150, CS; LI 028: Vegetable, Peas, Sweet, Canned. U.S. Grade A . 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 ONLY NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD NO RELABELED OR HOUSE BRANDS, 250, CS; LI 029: Vegetable, Peppers, Jalapenos, Sliced. U.S. Grade, U.S. Fancy, U.S. No. 1, As defined in Title 7, 51.1282 - 1284. 6/#10 cans . 6/#10 cans ONLY NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD NO RELABELED OR HOUSE BRANDS., 50, CS; LI 030: Vegetable, Spinach, Cut leaf of Sliced, U.S. Grade A, U.S. Fancy, , 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 ONLY NO BAGS OR POUCHES. NO IPS,WINSTON,LUCKY,ELWOOD, NFP, LONDON, NO RELABELED OR HOUSE BRANDS, 250, CS; LI 031: Meats, Beef Roast, Pre Cooked to RARE ,TOP ROUND , IMPS 168, 169, Frozen, weight range 12-28 lb . Quote MUST indicate actual IMPS & average roast weight of quoted item.No Gooseneck or Flats XT Trimmed Inside Rounds Greater Omaha beef, Tyson, IBP,Cargill ONLY MUST NOT BE REPACKED, 10000, LB; LI 032: ""Pork Roast, Pork, Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Solution or Ingredients Added, No Paper Wrapping, Weight Range A or B, 4 to 12 lb, Quote MUST indicate average roast weight of quoted item Cryo-Vac only SMITHFIELD ONLY "", 7500, LB; LI 033: Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, ALL Beef, 6 inch, 10:1 Ratio, Skinless, Without non-meat binders and extenders or With non-meat 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., 5000, LB; LI 034: Cheese, Parmesan or Parmesan and Romano Mixed, Grated, Italian Style, 12-1 lb containers per case NO IPS,WINSTON,LUCKY,ELWOOD NO RELABELED OR HOUSE BRANDS, 12, CS; 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, FCI PHOENIX 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. FCI PHOENIX 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. 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. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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). 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. 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. Evaluation Factors for Award � FAR 15.304(e). Unless all offers are rejected, award will be made to the responsible Offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. The following factors will be used, in descending order or importance, to determine the Award recipient: 1.) Past Performance, 2.) Ability to deliver items as per specification and time/delivery requirements 3.) Cost/Price FAR 15.404-1(b) Past Performance: A vendor�s previous delivery history, and any Performance Alerts available through FedBid.com and FedBizOpps.gov, as well as performance surveys conducted with other government agencies or Bureau of Prisons locations will be used as a determining factor prior to award. Bid MUST be good for 30 calendar days after close of Buy. 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. 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/. 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. Notice to vendors � This Opportunity is a Multiple Award opportunity based on best per line item pricing. Bids will ONLY be accepted if offering the EXACT case/bag/container count being requested. Bids WILL NOT be accepted if offering a case/bag/container count other than what is being requested, even if providing the same total quantity being requested, unless otherwise specified in line item description. Delivery of awarded items will be October 1st-15th, 2020. Deliveries after October 15th may be subject to cancellation. No deliveries on Federal Holidays. You my contact the Food Service Warehouse at 623-465-9757 ext 4206 Hours : Mon thru Friday 7 Am - 1 pm All deliveries must be palletized unless prior arrangements were agreed to by warehouse staff. All non-frozen, perishable foods must be delivered between 34 degrees F and 40 degrees F. All canned goods must be delivered above 34 degrees F and not frozen. All frozen foods must be delivered at 0 degrees F or below. Any product that indicates prior thawing will be refused. All certified religious diet items must be marked with the Kosher Symbol on individual packages or the item will be refused. Receipt of delivery may be conditional for a period of three (3) days in order to allow for adequate examination and testing. Items that fail to meet specifications will be refused. Items which are conditionally received, and found to be unacceptable, must be picked up at the vendors' expense within two (2) weeks of noncompliance notification. If the product is not picked up within two (2) weeks, it will be disposed of by warehouse staff.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79bc3fba333a459e9f73bd222e060552/view)
- Place of Performance
- Address: PHOENIX, AZ 85086, USA
- Zip Code: 85086
- Country: USA
- Zip Code: 85086
- Record
- SN05746958-F 20200807/200805230201 (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 |