Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOLICITATION NOTICE

89 -- 89--USP Thomson 4th QTR FY21 Subsistence - Storage Area, Dry Pastas, Cereals, Rice, Dairy, Vinegar

Notice Date
5/18/2021 10:14:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
AUSP THOMSON THOMSON IL 61285 USA
 
ZIP Code
61285
 
Solicitation Number
15B41921Q00000009_03
 
Response Due
6/4/2021 1:00:00 PM
 
Archive Date
12/01/2021
 
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)
 
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 15B41921Q00000009_03 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 2021- 05. 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 sellers 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: 2021-06-04 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Thomson, IL 61285 The DOJ BOP FIELD OFFICES - AUSP Thomson requires the following items, Meet or Exceed, to the following: LI 001: Pasta, Macaroni, Elbow Form, Regular Only. (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., 2000, LB; LI 002: 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., 1000, LB; LI 003: 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., 2600, LB; LI 004: Pasta, Macaroni, Ziti Form, Regular. (CID A-A-20062E, Type XIII, 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., 800, LB; LI 005: Rice, U.S. Grade 1 , Long Grain MILLED Rice, Parboiled Light 50lb. Bags, 38700, LB; LI 006: 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. 30-40 lbs. cases., 1000, LB; LI 007: Beans, Dry, Black Beans, Whole, U.S. Grade 1 - 3, 500, LB; LI 008: Beans, Dry, Kidney or Red, Whole, U.S. Grade 1 - 3, 2500, LB; LI 009: Beans, Dry, Pinto, Whole, U.S. Grade 1 - 3, 2500, LB; LI 010: Beans, Black Eyed Peas, Canned, In Brine, Meatless. (CID A-A-20134C, Type 1, Class F, Style 1). 6/#10 cans per case, 10, CS; LI 011: Meat Alternative, Individually Frozen, Soy, Vegetable, or Legume Based, Patty or Rectangle Shaped (CID A-A-20275A, Type I, II, or III, Style A or L.) Fully cooked, beef flavor. Product to be Vegan alternative for Beef Patty. Product will not contain any animal by products or ingredients., 1800, EA; LI 012: Taco Shells, Corn, U Shaped, Enriched. (CID A-A-20143B, Type III, Style A, SHAPE b, Enrichment type i). Each. State case count on bid. 200 CT. CASE, 50000, EA; LI 013: Tortillas, White 10"" in diameter, refrigerated, or frozen, Table Ready. (CID A-A-20143B, Type 1, Style B, C, or E, Size 7, 8, or 9, Shape a, Enrichment type I, Product state a, c, or d, Cook state I). Each. 144 ct. cases, 36000, EA; 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. 6/#10 cans ., 112, CS; LI 015: Tomato, Paste, as defined in the standard of identity for tomato paste (21 CFR 155.191). Natural Tomato Soluble Solids ranging from extra heavy to medium concentration (28 to 39.3%). U.S. Grade A, U.S. Fancy, U.S. Grade C, or U.S. Standard. 6/#10 cans ., 20, 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, DOJ BOP FIELD OFFICES - AUSP Thomson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. DOJ BOP FIELD OFFICES - AUSP Thomson 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 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. Dates: Delivery of awarded items will be July 1st-15th, 2021. Deliveries after July 15th, maybe subject to a cancellation.. A complete delivery of all awarded items is expected no latter then July 15th 2021, unless otherwise specified on product specification section. Deliveries will be made Tuesday thru Friday from 7:00 am to 3:00 pm, unless otherwise noted in the product specification section. Federal Bureau of Prison warehouse areas are closed on all Federal holidays, deliveries will not be accepted on these holiday closures. Contractor failure to meet delivery schedules without an excusable delay and/or failure to conform to contract specifications will negatively affect the contractor�s history of past performance. Past performance information may be used by the Government to make future award decisions and/or may result in a finding that the quoter is not responsible for the award of future requirements. No appointments necessary. 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. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 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. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. 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/. 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). Award Criteria 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. Supplemental Bid/Proposal/Quotation Information 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3df7bf9fee9b4717993ec8a10e8d334f/view)
 
Place of Performance
Address: ATTN: Food Service 1100 One Mile Road, Thomson, IL 61285, USA
Zip Code: 61285
Country: USA
 
Record
SN06006110-F 20210520/210518230120 (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.