Nebraska Bids > Bid Detail

89--FDC Miami - Q1 FY24 Subsistence Menu

Agency:
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159371642109614
Posted Date: Sep 19, 2023
Due Date: Sep 29, 2023
Source: https://sam.gov/opp/9b04232171...
Follow
89--FDC Miami - Q1 FY24 Subsistence Menu
Active
Contract Opportunity
Notice ID
1157429
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FDC MIAMI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 19, 2023 01:32 pm EDT
  • Original Date Offers Due: Sep 29, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8945 - FOOD, OILS AND FATS
  • NAICS Code:
    • 311999 - All Other Miscellaneous Food Manufacturing
  • Place of Performance:
    33 NE Fourth Street Miami , FL 33132
    USA
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 1157429 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 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 700.00 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:

2023-09-29 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Miami, FL 33132

The DOJ BOP Field Offices- FDC MIAMI requires the following items, Meet or Exceed, to the following:
LI 001: Cereal, Oatmeal, Instant, Plain, Individual, 1 ounce, Unflavored. (CID A-A-20090F, Type III, Flavor A, Style 1 - 3, Container size b) 144 ct case, 1, EA;
LI 002: Meats, Beef, Ground, Patties, IMPS 1136, 80% Lean, Frozen, Round in Shape, with Paper Separation or Individually Quick Frozen.Ground Beef Patties shall consist of chopped fresh and/or frozen beef without seasoning. In addition product must be produced fromcurrent raw material, no bench trimmings, steak trim, or re-ground product to be used as raw material. Finished product shall notcontain more than 20 percent fat, and shall not contain added water, phosphates, binders, or extenders. No partially defatted tissue oradvanced meat recovery product. PRODUCT MUST BE 6 MONTHS OR YOUNGER UPON DELIVERY WITH THE DATE CLEARLYON THE LABEL, (NO STAMPED OR WRITTEN DATES ALLOWED). When beef cheek meat (trimmed beef cheeks) is used in thepreparation, the amount of such meat shall be limited to 25 percent; (NO ORGAN OR TONGUE MEAT) Delivered cases must belabeled Beef, All Beef, Pure Beef, or 100% Beef and with fat percentage. Manufacturers letters will NOT be accepted in lieu of labeling.Upon delivery, product must have a rosy red appearance. Product that is grey, brown or tan in color will be rejected. Product to bepacked in 10 to 60 lb cases. 1 mil or thicker bags. Patties will be packed in boxes completely lined with plastic bags. The open end ofthe bag will overlap at the top to completely cover the product. Size of patty to be determined locally and size noted on bid. (5 - 6 ozREQUESTED), 6000, LB;
LI 003: Meats, Beef, Ground, 80% Lean, IMPS 136, delivered Frozen. Ground Beef shall consist of chopped fresh and/or frozen beef withoutseasoning. In addition product must be produced from current raw material, no bench trimmings, steak trim, or re-ground product to beused as raw material. Finished product shall not contain more than 20 percent fat, and shall not contain added water, phosphates,binders, or extenders. No partially defatted tissue or advanced meat recovery product. PRODUCT MUST BE 6 MONTHS ORYOUNGER UPON DELIVERY WITH THE DATE CLEARLY ON THE LABEL, (NO STAMPED OR WRITTEN DATES ALLOWED). Whenbeef cheek meat (trimmed beef cheeks) is used in the preparation, the amount of such meat shall be limited to 25 percent; (NO ORGANOR TONGUE MEAT) Delivered cases must be labeled Beef, All Beef, Pure Beef, or 100% Beef and with fat percentage. Manufacturersletters will NOT be accepted in lieu of labeling. Upon delivery, product must have a rosy red appearance. Product that is grey, brown ortan in color will be rejected. Clear 1 mil or thicker sealed bags. No open bags, opaque or colored bags. Note weight of packaging andcase size on bid., 12075, LB;
LI 004: Meats, Beef for Stewing, Raw, IMPS 135A, diced pieces must be sized - not less than a 3/4" cube or not more than a 1 1/2" cube and no individual surface must be more than 2.5 inches in length, the fat thickness of the surface and/or seam fat must not exceed 1/4 inch at any point. Product to be packed in 10 to 40 lb cases. Delivered Frozen. VEAL is not a substitute for this specifications. Product must be packaged in plastic bags or casings. Filled bags or casings will have practically all air pockets forced out through the open end and will be closed by metal or plastic clips, tying, or folding to completely cover the product., 5500, LB;
LI 005: Meats, Chicken, Leg Quarter, Raw, Whole, Ready to Cook, Frozen, Frozen, U.S. Grade A. 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 12 ounces and not to exceed 18 ounces. Packed in poly bag boxes. Polyethylene-film Bags Shall have a wall thickness of not less than 2 mil; and shall protect the commodity from dehydration, freezer burn, or quality deterioration during the conditions of use. 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., 7724, LB;
LI 006: Meats, Chicken, Filet, 4-5 oz, Whole Muscle or Chunked and formed, 1/2 inch cube or greater (9 CFR § 381.171(f)), No mechanically separated chicken (comminuted), previously cooked chicken meat, or MSG may be used in product, 100% white meat, Breaded. (CID A-A-20276A, Type VI, Style A or B, Meat Type (b), Form 1, Shape (b). Individually Quick Frozen. Vegetable oil shall be used as the frying medium. Combined batter and breading shall not exceed 30% by weight and will be evenly coated. All ingredients in the product must be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Manufacturers letters will NOT be accepted in lieu of labeling. Size of patty to be determined locally and size noted on bid., 5707, LB;
LI 007: Meats, Chicken, Boneless, Skinless, Raw, White Meat (Tender or Breast Meat), Frozen, A quality per the USDA, United States Classes, Standards, and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq. Boneless, skinless breasts must be free of cartilage and fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated with tenderloins are permitted. Tenderloins or boneless, skinless parts must be free of blood clots, bruises, cuts, tears, and holes in the muscle tissue. Slight discolorations and separation of the muscle tissue is permitted on boneless, skinless parts, provided it does not detract from the appearance of the product. Boneless, skinless parts may be diced. The dicing process must result in size-reduced portions of meat that are intact, not mutilated, and with surfaces relatively smooth in appearance. Individual size-reduced portions of meat must be relatively uniform in size and shape, and consistent with the size reduction process. Unbreaded. Packed in poly bag boxes. Polyethylene-film Bags Shall have a wall thickness of not less than 2 mil; and shall protect the commodity from dehydration, freezer burn, or quality deterioration during the conditions of use. 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, 11191, LB;
LI 008: Meats, Chicken Breast, Boneless, Skinless, Raw, White Meat (Breast Meat), Frozen, A quality per the USDA, United States Classes, Standards, and Grades for Poultry Agricultural Marketing Service (AMS) 7 CFR § 70 and 70.200 et seq., §70.220, §70.232, §70.233, §70.234 A Quality. All processing activities shall comply with all applicable FSIS regulations and requirements, including 9 CFR § 381, and shall be done under FSIS inspection. The commodity shall not be processed or packaged more than 60 days prior to the first date of the delivery period for each sales order. Frozen commodity when specified in the Solicitation, shall be processed, packaged and packed, and placed in a freezer within 7 calendar days after the date of harvest. Product must be produced under FSIS pathogen reduction standards, as specified in 9 CFR § 381. Boneless, skinless breasts must be free of cartilage, fat, holes, tendons, bone pieces, blood clots, bruises, cuts, tears, and muscle mutilations. Slight discolorations is permitted, provided it does not detract from the appearance of the product. Unbreaded. All packaging materials shall comply with FSIS regulations (9 CFR § 381.144 Packaging Materials). All packaging and packing materials must be clean and in new condition, shall not impart objectionable odors or flavors to the commodity, shall be safe for use in contact with food products (cannot adulterate product or be injurious to health). Packed in poly bag boxes. Polyethylene-film Bags Shall ha, 5788, LB;
LI 009: Meats, 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. Manufacturers letters will not be accepted in lieu of labeling. Note type and size on bid. 4 to 7 oz., 6515, LB;
LI 010: Frankfurters (Hot Dogs), Fully Cooked, Frozen, Turkey or Chicken (or combination), 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 P or P1 OR CID A-A-20341, Meat Species IV or V, Size A, Ratio 1, Non-meat binders and extenders (a) or (b). Finished product will not contain more than 30% fat or no more than 10% added water, or a combination of 40% fat and added water. Non-meat binders and extenders may be used up to 3.5% or isolated soy protein may be used up to 2% 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 FSIS Standards and Labeling Policy. Manufacturers letters will NOT be accepted in lieu of labeling. BEEF REQUESTED, 1035, LB;
LI 011: 8oz Squat Cups Each-1000 Count CASE, 20, EA;
LI 012: Disp Spork W/Napkins S&P, 1000 CT CASE, 50, EA;
LI 013: Kosher Tray, Hinged, Case-200 Count CASE, 50, EA;
LI 014: Steel Sponges, 12 Count Case, 10, EA;
LI 015: 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., 39, LB;
LI 016: Margarine, Reddies, All Vegetable. 90 patties per lb on paper chips, 12 lbs per case. Margarine shall comply with all applicable Federalregulations including those contained in the Food And Drug Standard of Identity for Margarine (21 CFR Part 166) and must conform toUSDA 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. 5 gm, Each, 12 Lb Case=1080 Ea, 110, EA;
LI 017: 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 product or ingredients, 1760, LB;
LI 018: Dressing, Salad, Pourable, Italian, Low Cal, Creamy; Lite or Light, Reduced Fat, or Fat Free (CID A-A-20162B, Type II, III, or IV, Class C, Style 2). Note Type on bid if not specified. Total amount may be adjusted to the next highest case count. 9 gram individual, Each., 190, EA;
LI 019: 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., 191, EA;
LI 020: Apple Sauce, US Standards for Grades, 6 /#10 cans per case, 108, CS;
LI 021: Spice, Basil, Sweet, Packaging must indicate actual delivered weight of product, Pure Spice - no additives or extenders. All delivered product must be labeled with ingredients. 1/2 oz. to 50 lb sealed containers., 13, LB;
LI 022: Beans, Dry, Kidney or Red, Whole, U.S. Grade 1 3., 29, LB;
LI 023: Beans, Dry, Pea (Navy), Whole, U.S. Grade 1 - 2, 6, LB;
LI 024: Beans, Pea (Navy Beans). (CID A-A-20134D, Type I, Class A, Style 1), Nutrient content claim d, Agricultural practice (1). 6/#10 cans per case, 20, CS;
LI 025: Beans, Pintos, Canned, In Brine, Meatless. (CID A-A-20134D, Type I, Class B, Style 1), Nutrient content claim d, Agricultural practice (1). 6/#10 cans per case, 12, CS;
LI 026: 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 Identify 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. State can or pouch on bid., 71, CS;
LI 027: Coffee, MEDIUM Ground, 20 Pound Case, 1, CS;
LI 028: Beverage Mix, Assorted Flavors, Individual Packs, Each pack is to make a 8oz serving, 412, EA;
LI 029: 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. State can or pouch on bid, 179, CS;
LI 030: Tomato Catsup, as defined in the standard of identity for catsup, ketchup, catchup (21 CFR 155.194). U.S. Grade A-C. Each. Individual 9 Gram Packets. State case count on bid, 4600, EA;
LI 031: Cereal, Corn Flakes, Ready to Eat, Prepared, Ready to Eat, Bulk. (CID A-A-20000E, Type II, Class 1, Any Grain Composition, Fat (1), Sodium (a), Packaging type (vii), Agricultural practice (aa)). Bulk package range 12 to 40 lb case. Specify case count on bid. Specify case weight on bid., 950, LB;
LI 032: Coffee Ind Pkg. Each, 63, EA;
LI 033: 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. State can or pouch on bid, 237, CS;
LI 034: Dressing, Salad, Pourable, Regular, Any Flavor, Any Style. (CID A-A-20162B, Type I, Any Class, Any Style). Note Class and Style on bid if not specified. Total amount may be adjusted to the next highest case count. 9 gram individual, Each, 1000 CT CS, 36, EA;
LI 035: Dressing, Salad, Pourable, Italian, Low Cal, Creamy; Lite or Light, Reduced Fat, or Fat Free (CID A-A-20162B, Type II, III, or IV, Class C, Style 2). 1 Gallon or 4/1 Gallon plastic containers per case. Note Type on bid if not specified., 53, GAL;
LI 036: Dressing, Mayonnaise, Regular, Reduced Fat, Fat Free, or Light (CID A-A-20140E, Type I, Flavor A, Style 1, 2, 3, or 4, Agricultural practice a). 4/1 Gallon plastic containers per case. Heavy Duty Mayonnaise is acceptable., 328, GAL;
LI 037: Flour, All Purpose wheat flour, or Bakers Wheat Flour, Unbleached or Bleached. (CID A-A-20126H, Type I (Class 1-3), II (Class 1-2) or III (Class 1-5) VI, Style A or Style B, Protein level a-d, Packaging type 1) Size g-j, Agricultural practice i )., 22, LB;
LI 038: Fruit Cocktail, Canned, U.S. Grade A, B, C, or U.S. Fancy, Standard of Identity contained in 21 CFR 27.40 and 27.43, Proportion of Fruit Ingredients shall contain Peaches (30%), Pears (25%), Grapes (6%), Pineapple (6%), and Cherries (2%), Packed in light syrup, lightly sweetened fruit juice and water, lightly sweetened fruit juice, slightly sweetened water, extra light syrup, slightly sweetened fruit juice and water, slightly sweetened fruit juice, or in water, 6/#10 Cans per Case., 108, CS;
LI 039: Spices, Garlic, Powder. From dehydrated garlic bulb ground to a find powder after the milling process. 100% air dried garlic. Appearance and Flavor Cream Brown Fine Powder with the Characteristic odor and flavor of garlic. No off notes. Texture A dry medium fine granular powder, slightly fibrous. Moisture less than 12%. Packaging must indicate actual delivered weight of product. Pure no additives, extenders, foreign matter, or flow agents. ½ oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 149, LB;
LI 040: 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. State can or pouch on bid., 232, CS;
LI 041: 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., 25, EA;
LI 042: 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. 200 CT CS, 324, EA;
LI 043: Juice, Lemon, Reconstituted (CID A-A-20144B), Quarts, 2, QT;
LI 044: Lime Juice, Quarts, 158, QT;
LI 045: 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. State can or pouch on bid., 205, CS;
LI 046: Mustard, Prepared, Yellow (Salad Style). (CID A-A-20036D, Type I). EACH 4.5 Gram Individual Packets. Specify case count on bid. Total amount may be adjusted to the next highest case count.4.5 Gram Pks, 200 per CASE, 368, EA;
LI 047: Non-Fat Dry Milk, Fortified with Vitamins A and D. (CID A-A-20085D, Type II, Class A, B, or C), 9, LB;
LI 048: Spices, Onion Powder, Ground. Packaging must be Labeled With Ingredients and Actual Delivered Weight of Product. Texture - A Dry Medium Fine Granular Powder, Slightly Fibrous, Moisture - No More That 12%, Grade - Free From Foreign Matter. Pure Spice - no additives or extenders. All delivered product must be labeled with ingredients. 1/2 oz to 50 lb sealed plastic containers or boxes. Note package size on bid. Note price by the pound., 8, LB;
LI 049: Spices, Paprika, Ground. (CID A-A-20001B, Type I, Class V, Form 1). Packaging must indicate actual delivered weight of product. Pure no additives, extenders, foreign matter, or flow agents. ½ oz to 50 lb sealed plastic containers or boxes. Note package size on bid, 60, LB;
LI 050: Cheese, Parmesan or Parmesan and Romano Mixed, Grated, Italian Style, 12-1 lb Containers per case, 7, LB;
LI 051: Pasta, Enriched Egg Noodles, Ribbon Shaped Noodles or Large Bow Shaped Noodles. (CID A-A-20063D, Type I or Type II, Style B, Flour 1-5, Egg products a or b, Packaging size (5)-(8), Agricultural practice (a)). 1 lb to 40 lb sealed bags., 129, LB;
LI 052: Peaches (Clingstone or Freestone), Canned, Standards of Identify contained in 21 CFR 145.170 and 145.71, Halves, Halved, Quarters, Quartered, Slices, Sliced, Dice, or Diced, U.S. Grade A, B, or C, Packed in light syrup, lightly sweetened fruit juice and water, lightly sweetened fruit juice, slightly sweetened water, extra light syrup, slightly sweetened fruit juice and water, slightly sweetened fruit juice, or in water, 6/#10 Cans per Case., 12, LB;
LI 053: Pears, Canned, Standards of Identify contained in 21 CFR 145.175 or 145.176, Halves, Halved, Quarters, Quartered, Slices, Sliced, Dice, or Diced, U.S. Grade A, B, C, or U.S. Fancy, Packed in light syrup, lightly sweetened fruit juice and water, lightly sweetened fruit juice, slightly sweetened water, extra light syrup, slightly sweetened fruit juice and water, slightly sweetened fruit juice, or in water, 6/#10 Cans per Case, 108, LB;
LI 054: 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. State can or pouch on bid., 162, LB;
LI 055: Pimientos, Canned, as such product is defined in the Standards of Identity for Canned Pimientos (21 CFR 155.200). Pieces, Slices, Diced or Chopped. US Grade A (US Fancy) or Grade C (US Standard). State can and case size on bid., 2, CS;
LI 056: Spices, Pepper, Red, Ground or Crushed. (CID A-A-20001B, Type I, Class Z, Form 1 or 3). Packaging must indicate actual delivered weight of product. Pure no additives, extenders, foreign matter, or flow agents. ½ oz to 50 lb sealed plastic containers or boxes. Note package size on bid., 27, LB;
LI 057: Rice, U.S. Grade No. 1 or 2, Long Grain MILLED Rice, Parboiled Light, 115, LB;
LI 058: Shortening, General Purpose, (CID A-A 20100D, Type I). The general purpose shortening must be prepared from deodorized vegetable fats and oils, which include, but are not limited to, palm oil, palm kernel oil, canola oil, or a combination of these oils. The general purpose shortening may be processed by hydrogenation or interesterification. The product may contain antioxidants. Antifoaming agents must not be incorporated into the shortening. 50 pound block., 9, LB;
LI 059: Sugar, White (Refined), Granulated (fine, extra fine, or superfine) (CID A-A-20135D, Type I, Style A or B), 55, LB;
LI 060: Tartar Sauce, Individual Packet, Each, Regular, Reduced Fat, Fat Free, or Light (CID A-A-20140D, Type II, Style A, B, C, or D) Specify case count on bid, 36, EA;
LI 061: Tomato, Crushed, Peeled, Tomato Soluble Solids (TSS) 12% or Greater; U.S. Grade A and B, 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. State can or pouch on bid., 28, CS;
LI 062: 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. State can or pouch on bid., 2, CS;
LI 063: Tortillas, Wheat, White with spices or herbs, or Other, 7 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., 21888, EA;
LI 064: Pastries, Breakfast Cakes, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Muffins, Bagels, Donuts, Cinnamon Rolls, etc.) Specify Item, size, and case count on bid. Items will not contain poppy seeds. NO BAGELS, 209170, EA;
LI 065: 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 alternative for Chicken Patty. Product will not contain any animal by product or ingredients., 4830, EA;
LI 066: Vegetable, Potatoes, (TATER TOTS) Preformed, Precooked, Frozen, Institutional type, Round, Cross-sectional dimension ¾ to 1 diameter, Length 1 to 1 ½ 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., 100, CS;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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- FDC MIAMI 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. Sellers may submit bids during the specified period of time. DOJ BOP Field Offices- FDC MIAMI 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 Sellers 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.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers 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 Sellers 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.

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

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.

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 sellers Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.

Deliveries can commence immediate after ARO, Items must be received within 30 days of ARO. Deliveries will be made Monday through Friday from 7:30am to 1:30pm. Federal holiday deliveries will not be accepted. Contractor failure to meet delivery schedules without and excusable delay and/or failure to conform to contract specifications will negatively affect the contractors 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. Upon delivery, All items must be conveyed to the tail of the truck. Failure to do so, will be subject to refusal of acceptance, thus cancellation. NOTE: Delivery schedules must be pre-arranged with the receiving warehouse. Warehouse Phone: 305-982-1043.

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. All items must strictly be in compliance with the BOP National Menu Specifications. Food Service contractors have the responsibility of understanding these specifications. Contractors must obtain a copy of the National Menu Specifications prior to quoting.All items will be closely inspected.Some items may require thawing and cooking to determine specifications compliance.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.

All items offered on this bid must be certified by an accepted Orthodox Kosher certification agency from the United States or Canada, such as: OU - Union of Orthodox Jewish Congregations; OK - Organized Kashrus Laboratories; Star K, KOFK; KAJ K'hal Adas Jeshurun; OKS Organization of Orthodox Kashrus Supervision; OV Vaad Hoeir of Saint Louis; CRC - Central Rabbinical Congress of the USA and Canada; CRC - Chicago Rabbinical Counsel; or Kosher Overseers of America. Quoters will include a letter of certification from the religious certification agency dated no more than 11 months from the date of the quote provided.Kosher items will not contain alcohol, emulsifiers mind altering substances, enqymes and/or chemicals.

1The tray for all meals will be:a) Made with non-metallic packaging that allows microwave and conventional oven heating and be heat sealed directly to the tray with clear plastic and wrapped with a separate sealed clear plastic wrapper which encloses the entire tray.b) A three compartment tray with one large compartment and two smaller compartments. Each compartment should be large enough to accommodate required ounces of product.2All meals will contain the food products per the individual product specification including the stated volume and/or weight of item as listed.3No substitutions may be made to the meats, vegetables, starches, sauces or preparation methods.4Meals (items 1 through 14) may be quoted as frozen and/or shelf stable products. Pricing must be identifiable as either frozen or shelf stable.5Each individual meal must be marked with the certification symbol from the religious certification agency.6Heating directions must be provided for various wattage microwaves or oven heating including recommended method.7Mixed Vegetables will contain carrots, corn, peas, green beans, and lima beans with:a) Not more than 40 percent by weight carrots.b) Not more than 40 percent by weight corn (sweet, golden or yellow, whole kernel corn).c) Not more than 40 percent by weight green peas.8Peas and Carrots will contain:a) Not more than 40 percent by weight carrots.b) Not more than 40 percent by weight green peas.9Mashed Potatoes will be made with commercially prepared potato flakes without peel, adding only water according to the manufacturers' preparation instructions; or fresh potatoes prepared using only water and spices with only the amount of binder which will ensure the product does separate in processing. No extenders of any type are allowed.10Tomato Sauce will be commercially prepared or crushed and/or pureed tomatoes, tomato paste and spices using only the amount of binder required to ensure the product does not separate during processing.

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.

Funds are not presently available for this contract. The Government's obligation under this contract iscontingent upon the availability of appropriated funds from which payment for contract purposes can bemade. No legal liability on the part of the Government for any payment may arise until funds are madeavailable to the Contracting Officer for this contract and until the Contractor receives notice of suchavailability, to be confirmed in writing by the Contracting Officer. (End of clause) (SS 7-104.91(a) 1962SEP)
Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 019118
  • MIAMI , FL 33101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 19, 2023 01:32 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >