Arizona Bids > Bid Detail

89--FCI Safford - Q1 FY24 Subsistence Menu

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159234449726820
Posted Date: Sep 6, 2023
Due Date: Sep 22, 2023
Solicitation No: 1155021
Source: https://sam.gov/opp/967c3bde91...
Follow
89--FCI Safford - Q1 FY24 Subsistence Menu
Active
Contract Opportunity
Notice ID
1155021
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI SAFFORD
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 06, 2023 11:27 am EDT
  • Original Date Offers Due: Sep 22, 2023 11:30 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 20, 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:
    1529 WEST HIGHWAY 366 Safford , AZ 85546
    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 1155021 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:

2023-09-22 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be SAFFORD, AZ 85546

The DOJ BOP Field Offices- FCI SAFFORD requires the following items, Meet or Exceed, to the following:
LI 001: Beans, Dry, Peas (Navy), Whole, U.S . Grade 1 - 2, 501b bags, 300, LB;
LI 002: Beans, Dry, Pinto, Whole, U.S. Grade l - 3, 501b bags, 1650, LB;
LI 003: Beans, Kidney or Red, Canned, In Brine, Meatless, Light or Dark Red . (CID A-A-20134D, Type 1, Class C, D, E, or I, Style 1), Nutrient content claim d, Agricultural practice ( l ). 6/# 10 cans per case, 7, CS;
LI 004: Beans, Pea (Navy Beans). (CID A-A-20134D, Type I, Class A, Style 1), Nutrient content claim d, Agricultural practice ( l ). 6/# l Ocans per case, 35, CS;
LI 005: Rice, U.S. Grade 1 or 2, Long Grain MILLED Rice, Parboiled Light, 6000, LB;
LI 006: Pasta, Macaroni, Elbow Form, Regular. (CID A-A-20062F, Type I, Style A). Enrichment (A). 1 lb to 40 lb sealed bags, 600, LB;
LI 007: Pasta, Spaghetti, Long Form, Regular. (CID A-A-20062F, Type VI, Style A). Enrichment type (A). l lb to LB 40 lb sealed bags, 1600, LB;
LI 008: Pasta, Macaroni, Ziti Form, Regular. (CID A-A-20062F, Type XIII, Style A) . Enrichment type (A). 1 lb to 40LB SEALED BAGS, 600, LB;
LI 009: Non-Fat Dry Milk, Fortified with Vitamins A and D. (CID A-A-20085D, Type II, Class A (Low Heat)., 600, LB;
LI 010: Hominy Grits, Enriched, White, Regular, Unflavored (CID A-A-20035E, Type I, Style A, Flavor 1). 50 LB BAG, 850, LB;
LI 011: Cereal, Rolled Oats, Quick cooking, Unflavored, Any Style, Any container size (CID A-A-20090F, Type II, Flavor A, Style 1 - 3, Container size n), 2500, LB;
LI 012: 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 majornon-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, andfood additives. Product comes dehydrated, in bulk packaging. Product will not contain any animal byproducts or ingredients, 100, LB;
LI 013: 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 forChicken Patty. Product will not contain any animal by product or ingredients. State Brand on bid., 3000, LB;
LI 014: Tofu, Regular or Organic, Firm, Medium Firm, Extra Firm, or Super Firm, Refrigerated or Shelf Stable. Ingredients include Water, Regular or Organic Soybeans, Calcium Sulfate or Glucono Delta Lactone, andCalcium Chloride. Note package size on bid. Product will not contain any animal by product oringredients., 1000, LB;
LI 015: 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-20091E, Type II, Style 1, Saturated fat level a, Agricultural practice (i)). 5 Gallon Containers, or 35 lbContainers. Note size of container and case size on bid. State Brand on bid, 30, CT;
LI 016: 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. 30/1/lb case. State case size and pack on bid, 7, CS;
LI 017: Margarine, Bulk, All Vegetable. Margarine shall comply with all applicable Federal regulations including those contained in the Food and Drug Standard of ldentity 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. State case size and pack on bid. State Brand on bid.30/1/lb case., 900, LB;
LI 018: Margarine, Reddies, All Vegetable. 90 patties per lb on paper chips, 12 lbs per case. 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. State case size and pack on bid. State brand on bid. Individual size, 96, CS;
LI 019: Dressing, Mayonnaise, Plain, Regular, (21 Code of Federal Regulations (CFR) § 169.140), (CID A-A- 20140E, Type I, Flavor A, Style 1, 2, 3, or 4, Agricultural practice a). 4/1/gallon plastic contai ners per case. Heavy Duty Mayonnaise is acceptable. Note Style on bid if not Specified, 107, CS;
LI 020: Dressing, Salad, Pourable, Regular, Italian, Ranch, or Thousands Island, Classic. (CID A-A-20162B, Type I, II, III, or IV (Regular, Lite or Light, Reduced Fat, Fat Free), Any Class A, B, C (French, Blue Cheese, Ranch), Any Style (Creamy or Classic)). 4/1 Gallon plastic containers per case. Note Type and Class on bid if not specified. State Brand on bid, 25, CS;
LI 021: Syrup, Table, Regular, Butter Maple flavor, Strawberry Flavor, Maple flavor (CID A-A-20124£, Type V (Syrup, table (for pancakes, waffles, etc.) Style 1 (Regular) or 2 (Lite or Light), Flavor A, B, C, D, or E (Artificial Maple, Blueberry, Strawberry, Butter Maple, Raspberry)). Syrup shall be manufactured in accordance with the U.S. Standard of Identity for Table Syrup, 21 CFR 168.180. 4/1 Gallon Plastic Containers per case. State flavor on bid., 25, CS;
LI 022: Pastries, Breakfast Cakes, Assorted, Individual, Fresh or Frozen, Thaw and Serve, or Bake and Serve. (Muffins, Donuts, Cinnamon Rolls, etc.). 3.5oz Specify item, size case count, and if items contain yeast on bid. Items will not contain poppy seeds., 9675, EA;
LI 023: Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve or Bake and Serve. (Cookies, Cakes, Pies, etc.) Specify item, size case count and if items contain yeast on bid. Items will not contain poppy seeds., 9675, EA;
LI 024: 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, 10400, EA;
LI 025: 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 ofldentity 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 per case. State Brand on bid., 112, 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. Grade C or U.S. Standard. As defined in Food and Drug Standard of Identity 2 1 CFR 155.200. Originated from crops that have been l00 percent grown, processed, and packed in the United States or Canada. 6/#10 cans per case. State Brand on bid, 56, CS;
LI 027: Vegetable, Peas, Sweet, Canned. U.S. Grade A - C. As defined in Food and Drug Standard ofldentity 21 CFR 155.170. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 per case. State Brand on bid., 56, CS;
LI 028: Spices, Baking Powder, Single Action, shall be manufactured from clean, white, free flowing, highly purified, food grade materials and shall be comprised of acid-reacting materials, sodium bicarbonate, and cornstarch. 1-lb sealed plastic containers or boxes. Note package size on bid. Note price by the pound, 240, LB;
LI 029: Juice, Lime, Reconstituted, (CID A-A-20144C, Type II, Style A, Package type 1 - Plastic bottle, Agricultural practice a - Conventional). 6/quart/case. Note package size on bid., 96, CT;
LI 030: Vanilla Flavoring, Imitation, (non-alcoholic). Product must meet the standard of identity per 21 CFR § 169.177 (a) and (b). 4/1-gallon case. Note package size on bid, 1, CS;
LI 031: Meats, Beef, Ground, 80% Lean, IMPS 136, delivered Frozen. Ground Beef shall consist of chopped fresh and/or frozen beef without seasoning. In addition, product must be produced from current raw material, no bench trimmings, steak trim, or re-ground product to be used 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 OR YOUNGER UPON DELIVERY WITH THE DATE CLEARLY ON THE LABEL, (NO STAMPED OR WRITTEN DATES ALLOWED). When beef cheek meat (trimmed beef cheeks) is used in the preparation, the amount of such meat shall be limited to 25 percent; (NO ORGAN OR TONGUE MEAT). Delivered cases must be labeled Beef, All Beef, Pure Beef, or 100% Beef and with fat percentage. Manufacturer's 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. Clear 1 mil or thicker sealed bags. No open bags, opaque or colored bags. Note weight of packaging and case size on bid. State Brand on bid. 10 lb logs or cubes., 7000, LB;
LI 032: Meats, Chicken, Boneless, Skinless, Raw, White Meat (Breast Meat), Frozen, A or B 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. Polyethylenefilm 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. State Brand on bid. This is Chicken trim., 6000, LB;
LI 033: Meats, Chicken, Boneless, Skinless, Raw, White Meat (Breast Meat 4-6 oz), 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 sizereduced 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., 1500, LB;
LI 034: Meats, Chicken, Filet, 4-6 oz, Whole Muscle, 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, 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. Manufacturer's letters will NOT be accepted in lieu of labeling. Size of patty to be determined locally and size noted on bid. State Brand on bid. Oven able, 3000, LB;
LI 035: Meats, Fish, Breaded, Cod, or Tilapia, Fillet Block frozen, Portion, Any Oven Ready Weight 4-6 oz, Rectangle, Fried Fish Type, Composition (a) (Meets the requirements of U.S. Grade A [Portions - 65 percent by weight of fish flesh; all other fishery product types - 60 percent by weight of fish flesh]), Crumb Coated Breading, Unflavored. (CID A-A-20325, Fish Species II, or III, Style A, Type 2, Oven Ready Weight (a - d), Shape (1-3), Fried Fish Type (b), Composition (a), Coating (1). 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 (PSIS) Food Standards and Labeling Policy. Manufacturer's letters will NOT be accepted in lieu of labeling. Size of patty to be determined locally and size noted on bid. State Brand on Bid., 2600, LB;
LI 036: Meats, Italian Sausage, Pork, Pork, and Turkey (pork is predominant) or Pork and Chicken (pork is predominant), Sweet, Links 4-5 OUNCE RANGE. Italian sausage is a fresh, uncooked, linked product. The meat components shall be chopped or ground to a moderately course texture. The sausage itself (or interior cut surface of links) is moderately coarse in texture with a uniform color ranging from medium to dark reddish-brown with evenly distributed fat particles. The links shall be in a natural hog or collagen casing 5 to 6 inches in length. Links shall be moderately uniform in length and diameter. IMPS 818, Italian Sausage, Formula D, P2, or P3, Flavoring B, Type E. Product will be delivered frozen. Product will not contain SOY. State Brand on bid, 1000, LB;
LI 037: Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, Beef, 6 inches, 10:1 Ratio (mtlst specify weight ratio on bid), Skinless, Without non-meat binders and extenders or with non-meat binders and extenders (such as nonfat dry milk, dried whole milk, and/or calcium-reduced dried skim milk. (IMPS 800, Major Ingredient D or DI OR CID A-A-20341 A, Type II, Byproducts, or variety meats A - None, curing agents 2 - Cured, Non-meat binders and extenders (a) or (b), Nutrient content claim (1) or (2), Links per pound of meat ratio (i ii) or (iv), Package size (gg), Agricultural practice 1). 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 individually or collectively with other binders and extenders 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, 600, LB;
LI 038: Cheese, Cheddar, U.S. Grade AA, or A, CID-A-A-20208C, Type I - Cheddar cheese, shredded (21 Code of Federal Regulations (CFR) §133.113), Style A, B, D, K (loaf, shredded coarse), Shred size 1, 2, or 3, Agricultural practice (a). "Cheddar cheese" is cheese made by the cheddaring process or by another procedure which produces a finished cheese having the same physical and chemical properties as the cheese produced by the cheddar process and is made from cow's milk with or without the addition of coloring matter and with common salt, contains not more than 39 percent of moisture, and in the water-free substance, contains not less than 50 percent of milk fat and conforms to the provisions of§ 19.500, "Definitions and Standards ofldentity for Cheese and Cheese Products." Food and Drug Administration (21 CFR 133 .113). Manufacturer' s letters will NOT be accepted in lieu of labeling (Bidder needs to indicate if cheese is Loaf/Block or Shredded Coarse). Packaging: 5 lb to 40 lb sealed Bags or containers. State Brand on bid, 60, LB;
LI 039: Dressing, Salad, Pourable, Regular, Italian, Ranch, or Thousands Island, Classic. (CID A-A- 20162B, Type I, II, III, or IV (Regular, Lite or Light, Reduced Fat, Fat Free), Any Class A, B, C (French, Blue Cheese, Ranch), Any Style (Creamy or Classic)). 4/1 Gallon plastic containers per case. Note Type and Class on bid if not specified. State Brand on bid., 21, 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- FCI SAFFORD 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- FCI SAFFORD 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.

Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or department guidelines. Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery and past performance.

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.

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).

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.

Delivery of awarded items MUST BE BY 10/13/23. No deliveries on Federal Holidays. You may contact the Food Service Warehouse at 928-428-6600 EXT 2114. Hours: Monday thru Friday from 7:30 am - 1:00 pm

All Items must conform to line-item descriptions derived from the Bureau of Prisons National Menu Specifications. Any quotes for items that do not conform to stated specifications may not be considered for award. Quoters are hereby notified that product specifications are not limited to brand-name supplies. Rather, brand-name references are provided as informational only to serve as identification of a known commercial item products that satisfactorily meets BOP's need in terms of product serviceability

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.

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 vendors 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.
Attachments/Links
Contact Information
Contracting Office Address
  • P.O BOX 820
  • SAFFORD , AZ 85548
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 06, 2023 11:27 am 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 >