Arizona Bids > Bid Detail

89--FCI Safford - Q3 FY23 Subsistence Menu Add'l Items

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159973951363222
Posted Date: Apr 13, 2023
Due Date: Apr 24, 2023
Solicitation No: 1134584
Source: https://sam.gov/opp/d4cc1e4167...
Follow
89--FCI Safford - Q3 FY23 Subsistence Menu Add'l Items
Active
Contract Opportunity
Notice ID
1134584
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 (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 13, 2023 02:14 pm EDT
  • Original Published Date: Apr 04, 2023 04:37 pm EDT
  • Updated Date Offers Due: Apr 24, 2023 01:30 pm EDT
  • Original Date Offers Due: Apr 11, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 21, 2023
  • Original Inactive Date: Oct 08, 2023
  • 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
AMENDMENT NOTICE: 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 1134584 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 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

The solicitation pricing on 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:

2023-04-24 13:30:00.0 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: 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, 20000, LB;
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 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. Product to be
packed 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 of the bag will overlap at the top to completely cover the product.
Size of patty to be determined locally and size noted on bid. State Brand on bid.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.
Product to be packed in 10 lb cases. 1 mil or thicker bags. Patties will be packed in boxes completely lined with plastic bags. No open bags. 5.3 OZ Patties Delivered cases must be labeled Ground Beef Patties 80/20 100% Ground Beef., 15000, LB;
LI 003: Meats, Beef Roast, Beef Top or Bottom Round. IMPS 169. Frozen, weight range approximately 12 to
28 lb. Quote MUST indicate actual IMPS & average roast weight of quoted item. State Brand on bid., 10000, LB;
LI 004: 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. 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. State Brand on bid, 20000, LB;
LI 005: Meats, Chicken, Quartered, Ready to Cook, Frozen, Broiler Quarters, U.S. Grade A., United States
Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq.
Unbreaded. Delivered amounts are to be uniform in portion size and not random sizing. Quotes must
identify portion size being offered. Portion size not to be smaller than 12 ounces and not to exceed
16 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. State
Brand on bid. 4/10 lb. sealed bags per case., 40000, LB;
LI 006: Meats, Chicken, Filet, 4‐5 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, 10000, LB;
LI 007: 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. Manufacturer’s letters will not be
accepted in lieu of labeling. Note type and size on bid. 4 to 7 oz, 8000, LB;
LI 008: Meats,Turkey, Boneless, Roast, Raw, Natural, All‐Natural, Boned, Rolled and Tied, netted, roasting
pack or other appropriate packaging. U.S. Grade A., United States Classes, Standards and Grades for
Poultry Agricultural Marketing Service (AMS) 70.200 et seq. Breast meat or breast/thigh meat (8‐12 lb
each) or whole muscle thigh meat (4‐5 6 lb each). Skin (Maximum) 12.5%. Packaging shall be neat and
attractive. Products produced or labeled with any phrase related to “under religious exemption” will
be refused. State product on bid, 10000, LB;
LI 009: Meats, Pork Roast, Pork Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Paper
Wrapping, Weight Range A or B, 4 to 10 lb. Quote MUST indicate average roast weight of quoted
item, 5000, EA;
LI 010: Cheese, Cheddar, U.S. Grade AA or A, CID‐A‐A‐20208C, Type I ‐ Cheddar cheese (21 Code of Federal
Regulations (CFR) §133.113), Style A, B, D, Shred size 1, 2, 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 of Identity 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, 5000, LB;
LI 011: Cheese, Mozzarella. (CID‐A‐A‐20248C) The mozzarella cheese must conform to the following list.
Type I. Style A ‐ Block (loaf), frozen, Style B ‐ Shredded, individually quick frozen (IQF) Shred size 1 or
2. Agricultural practice a. Milk fat range between 30.0 to 45.0 to
60.0 % on a dry basis depending on type. Moisture content range between 45.0 to 60.0 % depending
on type. All ingredients must be declared by their common or usual name in descending order of
predominance by weight. Manufacturer’s letters will NOT be accepted in lieu of labeling. Type and
Style to be determined locally and size noted on bid. Packaging of Primary Container: 5 lb to 40 lb
sealed Bags or containers. State Brand on bid, 5000, LB;
LI 012: Meats, Fish Fillets, Raw, Breaded, Individually Quick Frozen, Unglazed, Skin‐off (skinless), Practically
boneless fillet. U.S. Grade A or B (per Grades of Frozen Raw Breaded Fish Portions). Acceptable types
include Tilapia, Cod, Haddock, Hake, Flounder, Sole, Turbot, Plaice, or Halibut. Frozen raw breaded
portions are clean, wholesome, uniformly shaped, unglazed masses of cohering pieces (not ground) of
fish flesh coated with breading and contain not less than 75 percent, by weight, of fish flesh. Fish
portion must meet weight requirements when thawed and drained, Must specify if block cut or not
block cut on bid. Note type and size on bid. 5 to 7 oz. State Brand on bid., 8000, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors 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. Offerors 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 Offerors 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. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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 will be before 5/19/23. 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 vendor’s previous delivery history, and any Performance Alerts available through FedBid.com and FedBizOpps.gov, as well as performance surveys conducted with other government agencies or Bureau of Prisons locations will be used as a determining factor prior to award.
Attachments/Links
Contact Information
Contracting Office Address
  • P.O BOX 820
  • SAFFORD , AZ 85548
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >