Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

89 -- 89--FCI Mendota - Q4 FY22 National Menu

Notice Date
5/19/2022 8:48:36 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
15B62022Q00000018
 
Response Due
6/3/2022 12:00:00 PM
 
Archive Date
11/30/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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 15B62022Q00000018 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 2022-06. 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 https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-06-03 15:00:00.0 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: Tuna Fish, Cans- 6 cans per cs. Tuna, Can, Chunk, Light or White (Albacore), Packed in Water, Salt/Sodium Level Regular, No Sald Added, Very Low Sodium, or Low Sodium. (CID A-A-20155D, Type A or B, Form I, Color A or B, Packing Media 1, Salt/Sodium Level A, B, C, or D). Sodium content will not exceed 1.5% salt. Tuna can be a product of the U.S. or other Foreign Country that meets the requirements of 21 CFR 123.12. Product may contain soy and/or vegetable broth. Quote must specify size and packing of case and if quoting on cans only., 60, CS; LI 002: Roast Beef, Raw, by the pound. Beef Roast, Raw Beef Top or Bottom Round (Gooseneck), IMPS 168, 169, 169A, 170, 170A, 171B. Frozen, approximate weight range 12 to 28 lb. Quote MUST indicate actual IMPS & average roast weight of quoted item., 4000, LB; LI 003: Chicken Leg Quarters, by the pound. Chicken, Leg Quarter, Raw, Whole, Ready to Cook, Frozen, IMPS P1031 Broiler Leg, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq, Unbreaded. ""Whole Leg quarter"" consists of a poultry thigh and drumstick (attached), with a portion of the back attached. Delivered amounts of Leg Quarter portions can be random sizing, with the portion size not to be smaller than 10 ounce and not to exceed 20 ounces. 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., 16000, LB; LI 004: Chicken Boneless/Skinless, by the pound. Chicken, Boneless, Skinless, Raw, White Meat (Tender/Breast Meat), Frozen, A or B quality per USDA, U. S. Classes, Standards & Grades for Poultry AMS 70.200 et seq. Boneless skinless breasts must be free of cartilage % fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated with tenderloins are permitted. Tenderloins/boneless, skinless parts must be free of blood clots bruises cuts tears & holes in the muscle tissue. Slight discoloration/separation of the muscle tissue is permitted on parts, provided it does not detract from the appearance. Boneless/ skinless parts may be diced. Dicing process must result in size reduced portions of meat that are intact, not mutilated, relatively uniform in size, and with surfaces relatively smooth. Unbreaded. Packed in poly bag boxes. All packaging and materials must be clean/new condition. Products produced/ labeled with any phrase containing under religious exemption will be refused., 8000, LB; LI 005: Fish, Fillet, Raw, 4-7 oz. Fish Fillets, Raw, Individually Quick Frozen, Unglazed, Skin-on, Skin-on (white side only), or Skin-off (skinless), Practically boneless fillet. U.S. Grade A or B. Acceptable types include Tilapia, Cod, Haddock, Hake, Flounder, Sole, Turbot, Plaice, or Halibut. (Grade Standards are separate for Cod, Flounder, Sole, and Haddock and must comply with those standards). Fillets are slices of practically boneless fish flesh of irregular size and shape, which are removed from the carcass by cuts made parallel to the backbone and sections of such fillets cut so as to facilitate packing. 100% net weight, No water or glaze weight added. Fish portion must meet weight requirements when thawed and drained, Delivered cases must be labeled 100% net weight. Manufacturer�s letters will not be accepted in lieu of labeling. Note type and size on bid. 4 to 7 oz., 3000, LB; LI 006: Pork Roast, by the pound. Pork Roast, Pork Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Paper Wrapping, Weight Range A or B, 4 to 8 lb, Quote MUST indicate average roast weight of quoted item. No picnics allowed., 3000, LB; LI 007: Disp Spork W/Napkins S&P, 1000 Count Case. Disposable Spork W/Napkins S&P, 200, CS; LI 008: Disp. Spork, Each, 1000 Count Case. Disposable, 200, CS; LI 009: Kosher Tray, Hinged, Case-200 Count Case., 100, CS; LI 010: Margarine, 5 gm, Each, 12 Lb Case=1080 Ea. Margarine, Bulk, All Vegetable. Margarine shall comply with all applicable Federal regulations including those contained in the Food and Drug Standard of Identity for Margarine (21 CFR Part 166) and must conform to USDA Specifications for Vegetable Oil Margarine. Margarine shall be made from one or more of the following vegetable oils; canola, safflower, sunflower, corn, soybean, or peanut oil. Margarine contains not less than 80% fat., 24, CS; LI 011: Tofu Firm, Pounds-1. Tofu, Regular or Organic, Firm, Medium Firm, Extra Firm, or Super Firm, Refrigerated or Shelf Stable. Ingredients include: Water, Regular or Organic Soy Beans, Calcium Sulfate or Glucono Delta Lactone, and Calcium Chloride. Note package size on bid. Product will not contain any animal by products or ingredients., 1739, LB; LI 012: Beans, Dry, Black Beans, Whole, U.S. Grade 1 - 3, 4000, LB; LI 013: Beans, Dry, Kidney or Red, Whole, U.S. Grade 1 - 3, 1000, LB; LI 014: Beans, Dry, Lentils, Whole, U.S. Grade 1 - 3, 1000, LB; LI 015: Beans, Dry, Navy, Whole, CID-A-A-20337, Type II, Class 7, 1000, LB; LI 016: Beans, Dry, Pinto, Whole, U.S. Grade 1 - 3, 3000, LB; LI 017: Blueberry Cake Mix, Pounds. Powdered Cake Mix, Blueberry Cake., 3000, LB; LI 018: Carrots, 6-#10 Cans. 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. CANS ONLY., 448, CS; LI 019: Catsup, Case, 6-#10 cans. 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. CANS ONLY., 56, CS; LI 020: Grits, Bulk, Pounds, by the pound. Hominy Grits, Enriched, White or Yellow, Regular (CID A-A-20035D, Type I or II, Style A)., 3000, LB; LI 021: Corn, 6-#10 Cans. 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. CANS ONLY., 224, CS; LI 022: Cornbread Mix, 50 Pound Bag. Powdered Cornbread Mix, CID A-A-20181B, Type 5, Class 3, 60, BG; LI 023: Dressing, Salad Mayo. Gallons, 4-1 Gal per Case. Dressing, Salad, Pourable, Regular, Lite, Reduced Fat, or Fat Free, Any Flavor, Creamy Style. (CID A-A-20162B, Type I, II, III, or IV, Any Class, Creamy Style). 4/1 Gallon Plastic Containers per case. Note Class on bid. OR Dressing, Salad, Regular, Reduced Fat, Fat Free, or Light, (CID A-A-20140D, Type II, Style A, B, C, or D). Salad Dressing shall comply with 21 CFR 169.150.4/1 gallon plastic containers per case. Note Sty, 159, CS; LI 024: Flour, All Purpose, 50 Pound Bag. Flour, General, All Purpose, Unbleached (CID A-A-20126F, Type II or VI, Style A), 60, BG; LI 025: Green Beans, 6-#10 Cans. Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise, or French Style, Round Type, 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 or pouches per case. CANS ONLY., 448, CS; LI 026: Greens, Collard, 6-#10 Cans. 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 or pouches p, 56, CS; LI 027: Imitation Syrup, 4-1 Gallon cs. Syrup, Table, Regular or Light, Any flavor (CID A-A-20124D, Type IV, Style 1 or 2, Flavor A, B, C, D, or E. Syrup shall be manufactured in accordance with the U.S. Standard of Identify for Table Syrup, 21 CFR 168.180. 4/1 Gallon Plastic containers per case. State flavor on bid., 75, CS; LI 028: Ind. Jelly, Sugar Free, Asst.-Each-1. Jelly, Fruit, Standardized, variety, Apple, Apricot, Cherry, Grape, Orange, Peach, Raspberry, or Strawberry, Regular or Reduced Sugar, U.S. Grade A or Equivalent (CID A-A-20078C, Kind A, B, F, M, R, S, Y, or AA, Style 1 or 2, Finished product quality a or b. 10 Gram Individual Portion Each. Specify case count and kind on bid., 17068, EA; LI 029: Jalapenos, Case, 6-#10. 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 or pouches per case. CANS ONLY., 56, CS; LI 030: Mixed Vegetable, 6#10 Cans. Vegetable, Mixed (5-way mix including carrots, green beans, peas, corn, and lima beans), Canned, With Salt, Without Salt, No Salt 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 or pouches per case. CANS ONLY., 270, CS; LI 031: Pasta, Elbow Macaroni, 20 Pound Case. 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 139.115 and 21 CFR 139.135. 1 lb to 40 lb sealed bags. 20 lb case., 200, CS; LI 032: Pasta, Rotini, Pounds, 10 Pound Case - Pasta, Macaroni, Rotini Form, Whole Wheat Blend, Whole Wheat, or 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. 1 lb to 40 lb sealed bags. 10 lb case., 50, CS; LI 033: Pasta, Spaghetti, Pounds, 20 Pound Case - 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. 20 LB CASE., 150, CS; LI 034: Peanut Butter, 30 Pound Case. Peanut Butter, Regular or Reduced Fat, Smooth or Chunky/crunchy, Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, Style I, Class A or B, Texture 1 or 3, Type a, Fortification 1, Seasoning (a) or (b). 1 to 50 lb sealed containers, Specify weight of container on bid. 30 lb case., 60, CS; LI 035: Peas, Green, 6-#10 Cans. 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. CANS ONLY., 168, CS; LI 036: Pickle Relish, Gallons, 4-1 Gal per Case. Pickle, Relish, Sweet (mild or regular), Bulk, Cured. Product will comply with the United States Standards for Grades of Pickles (55 FR 11905). Grade A or B. 4/1 Gallon Plastic Containers per case, 17, CS; LI 037: Rice, by the pound. Rice, U.S. Grade No. 1 or 2, Long Grain MILLED Rice, Parboiled Light, 5000, LB; LI 038: Salad Oil, Gallons, 5 Gallon Container. Oils, Salad, Vegetable, Canola (rapeseed), Corn, Cottonseed, Olive (refined), Peanut, Safflower, Soybean, Sesame, Sunflower, or any other vegetable oils or combinations of these oils. (CID A-A-20091D, Type II). Gallons, Half Gallons, 5 Gallon Containers, or 35 lb Containers. Note size of container and case size on bid., 30, CNT; LI 039: Soy Beef Granules, 50 Pound Bag. 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. 50 lb bag., 10, BG; LI 040: Spinach, 6-#10 Cans. Vegetable, Spinach, Cut leaf or 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. CANS ONLY., 56, CS; LI 041: Thyme, Ground, Pounds-1. Spices, Thyme, Ground. (CID A-A-20001B, Type I, Class GG, Form 1). Packaging must indicate actual delivered weight of product. Pure � no additives, extenders, foreign matter, or flow agents. � oz to 50 lb sealed plastic containers or boxes. Note package size on bid, 4, LB; LI 042: Tomato Paste, 6-#10 Cans. 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 or pouches per case. CANS ONLY., 56, CS; LI 043: Tomato, Crushed, 6-#10 Cans. 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 or pouches per case. CANS ONLY., 112, CS; LI 044: Tomatoes, Diced, 6-#10 Case. 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. CANS ONLY., 112, CS; LI 045: Vinegar, Gallons, 4-1 Gal per Case. Vinegar, Cider or Distilled, 50 Grain Strength, 4/1 Gallon Containers per case., 20, CS; LI 046: Tortilla, Flour, Each, 360 Count Case. Tortillas, Wheat, White with spices or herbs, or Other, 6� in diameter, Round, Shelf stable, 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. State case count on bid. 360 Count per case., 25, CS; LI 047: Breakfast Cakes & Pastries, Asst. Ind.. 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., 150000, EA; LI 048: Dessert, Asst. Ind.- Each 1. Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, etc.) Specify Item, size, and case count on bid., 40000, EA; LI 049: Eggs, Frozen, 30 Pound Case. Eggs, Pasteurized, Liquid, Frozen. Specify case size on bid. 30 lb case., 250, CS; LI 050: Flour, Tortilla, 10"", Each. Tortillas, Wheat, White with spices or herbs, or Other, 10� in diameter, Round, Shelf stable, 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. State case count on bid., 31000, EA; LI 051: French Fries, 30 Pound Case. 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, waffle cut, and steak cut., 500, CS; LI 052: French Toast, Fzn. Each, 144 Count Case. French Toast, Frozen, Regular or Low Fat, Any Flavor, Any Shape. (CID A-A-20234B, Type II, Style A or B, Class 3, Flavor A, B, C, or D, Shape 1 � 8). Each. 144 Count per case. State case count on bid., 200, CS; LI 053: Soy Chicken Patty, Each. 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, chicken flavor. Product to be Vegan alternative for chicken patty. Product will not contain any animal by products or ingredients., 4000, EA; LI 054: Tater Tots, 30 Pound Case. Vegetable, Potatoes, (TATER TOTS) Preformed, Precooked, Frozen, Institutional type, Round, Cross-sectional dimension � to 1� diameter, Length 1 to 1 � inch, 47 � 54 units per pound, Unseasoned, seasoned with spices, or seasoned with spices and salt. Ovenbaked. (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 States or Canada. 30 lb case., 500, 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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 July 1, 2022 through July 15, 2022. 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. In the event of a discrepancy between an item's specifications and the specifications listed in a referenced Commercial Item Description (CID), the specifications from the most recent CID will be utilized. If the CID listed in an item's specification is not current, the most recent CID will be applicable. CID are available for review at https://www.ams.usda.gov/grades-standards/cids . Vendors are responsible for ensuring their quoted item meets the specifications of the CID to be referenced, and can ask for clarification of the conflicting specification, referenced CID, and/or CID to be utilized for the specification during the solicitation period for submission of quotes. In accordance with FAR 13.106-1(a)(2), the Contracting Officer shall notify potential quoters or offerors of the basis on which award will be made. The Contracting Officer will evaluate potential quotes on the basis of price and/or price with other factors (Past Performance and Quality). When evaluating potential quotes, the Contracting Officer will make a determination and selection that represents Best Value. 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.UNISONMARKETPLACE.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 marketplacesupport@unisonglobal.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://sam.gov/opp/50af164fbfcf45638d1c9498369d0466/view)
 
Place of Performance
Address: 33500 W. California Avenue , Mendota, CA 93640, USA
Zip Code: 93640
Country: USA
 
Record
SN06333021-F 20220521/220519230103 (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  © 1994-2020, Loren Data Corp.