The RFP Database
New business relationships start here

FCI ENGLEWOOD - CANNED GOODS 4th QTR FY19


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 15B40319Q00000053 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 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 311421 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 www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-05-30 14:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Littleton, CO 80123The DOJ BOP Field Offices - FCI ENGLEWOOD requires the following items, Meet or Exceed, to the following: LI 001: 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 per case, 116, CS;LI 002: Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise, or French Style, Round Tye, 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 per case., 281, CS;LI 003: Beans, Black, 6-#10 Case Beans, Black, 6-#10
Beans, Black, Canned, In Brine, Meatless. (CID A-A-20134C, Type I, Class K or Type IV, Class A; Style 1). 6/#10 cans per case., 4, CS;LI 004: Beans, Kidney, 6-#10 Case Beans, Kidney, 6-#10 Cans per Case
Beans, Kidney or Red, Canned, In Brine, Meatless, Light or Dark Red. (CID A-A-20134C, Type I or IV, Class C, D, E, or I, Style 1).
6/#10 cans per case., 25, CS;LI 005: Beans, Pinto, 6-#10 Case Beans, Pinto, 6-#10 Case

Beans, Pintos, Canned, In Brine, Meatless. (CID A-A-20134C, Type I or IV, Class B, Style 1). 6/#10 cans per case., 13, CS;LI 006: Vegetable, Spinach, Cut leaf of 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 per case., 80, CS;LI 007: Tomatoes, Crushed, 6#10 Canned 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 per case., 100, CS;LI 008: Fruit Cocktail 6-#10 Cans 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., 56, cs;LI 009: Pears, 6-#10 Cans
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., 56, cs;LI 010: Applesauce, 6-#10 Cans
Applesauce, US Standards for Grades., 76, cs;LI 011: Peaches Canned, 6-#10, Case Peaches, Canned, 6-#10 Cans
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., 56, CS;LI 012: Tuna Fish, Canned, by the Can Tuna Fish, Cans- 6-66OZ. 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., 50, CS;LI 013: Beets Sliced, 6-10# case Beets, Sliced 6-10# Cans
Vegetable, Beets, Canned Whole, Slices, Quarters, Diced, Julienne, Fench Style or Cut. Minimum Drain Weight 64oz, 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 perce3nt grown, processed and packed in the United States or Canada. 6/10# cans per case., 28, CS;LI 014: Carrots, Canned 6-10# cans
Vegetable, Carrots, Canned, Sliced, Diced, Julienne, French Style, or Cut. Minimum Drain Weight 64oz. 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 per case. ., 218, CS;LI 015: Greens, Collard, Canned
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 per case., 36, cs;LI 016: Tomato Paste, Canned 6/10# cans
Tomato Paste, as defined in the standard of identity for tomato paste (21 CFR.191). Natural Tomato Soluble Solids ranging from extra heavy to medium concentration (28to 39.9%). U.S. Grade A, U.S. Fancy, U.S. grade C, or U.S. Standard. 6/10# cans per case., 100, CS;LI 017: Beans, Garbanzo, 6-#10 case
Beans, Garbanzo (Chick Peas), Canned, In Brine, Meatless. (CID A-A-20134C, Type I or IV, Class E or J, Style 1). 6/#10 cans per case., 35, CS;LI 018: 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 State can or pouch on bid, 150, CS;LI 019: Pineapple, Crushed, Canned 6-10#, case
Pineapple, Canned, Standards of Identity, Quality, and Fill of Container contained in 21 CFR 145.180 and 145.181, U.S. Grade A, B, or C, slices Half Slices, Broken Slices, Spears, Tidbits, Chunks, Cubes or Crushed, 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., 56, CS;LI 020: 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. State can or pouch on bid., 200, CS;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, DOJ BOP Field Offices - FCI ENGLEWOOD intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FCI ENGLEWOOD is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.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.As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms bofferb and bofferorb refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms bbidb and bbidderb refer to an offer submitted in response to an Invitation for Bid (IFB). The term bproposalb refers to an offer submitted in response to a Request for Proposal (RFP). The terms bquotation,b bquote,b and bquoterb refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer.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.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).Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the BIncluded in another line itemB function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid BSubmit a QuestionB feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable.If supplying a different case size, ensure the minimum quantity required is met and specify the specific case size.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.All deliveries shall be to the Federal Bureau of Prisons Food Service Warehouse located at: Federal Bureau of Prisons FCI Englewood 9595 W. Quincy Ave. Littleton, Colorado 80123 The Federal Bureau of Prisons Warehouse at FCI Englewood is open Monday thru Friday from 7:30am-2:30pm. All deliveries are by APPOINTMENT only. It is required that the vendor contact the FCI Food Service Department to schedule all deliveries. Food Service Warehouse phone number is 303.763.4300 extension 1276. Other Food Service Staff can be reached at: Neil Houdesheldt, FSA, 303-763-4300 extension 1270 or email nhoudesheldt@bop.govBid/Offer/QUOTE MUST be good for 45 calendar days after close of Buy, unless otherwise indicated.No partial shipments are permitted unless specifically authorized at the time of award. This order is a fill-or-kill requirement. Delivery will be required 21 days after award. All deliveries shall be to the Federal Bureau of Prisons Food Service Warehouse.In addition to providing pricing at www.FedBid.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to clientservices@fedbid.com.Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase 5 Percent decrease This increase or decrease shall apply to all line items.Delivery of Excess Quantities (Sept 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractorbs expense or retained and paid for by the Government at the contract unit price52.212-1 Instructions to Offerors-Commercial Items is incorporated by referenceOfferor Representations and Certifications-Commercial Items (Oct 2018)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) is hereby incorporated by reference.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP