The RFP Database
New business relationships start here

FCI Englewood 1st QTR FY 20 Soy/Soup Base and Peanutbutter


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 15B40319Q0000071 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 2019-05. 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 www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-18 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: Peanut Butter, Bulk Pounds Peanut butter, 30 Pound Case

Peanut butter, Regular or Reduced Fat, Smooth or Chunky/cruncy, Stabilized, Non-fortified, Salted or Unsalted. (CID A-A-20328B, Style I, Class A or B, Texture 1 or 3 Type a, Fortification 1, Seasoning (a) or (b). 1 to 50 lb sealed containers, Specify weight of container on bid., 40, CS;LI 002: Soup Base, Vegetable, Low Sodium Vegetable soup base, by the pound

Bouillon, (Soup Base). Vegetable Flavor, Low or Reduced Sodium, Powdered, no added monosodium glutamatae. (CIDA-A-20202B. Type IV, Class 2 or 3, style A. Flavor Enhancer A). Maximum moisture percent by weight is 3.5. Maximum total fat percent by weight is 15%. Maximum of 140 mg of sodium per 8 oz. of finished product, Finsihed product must be completely soluble in boiling water when prepared according to the label instructions, Single yield: The one (1) lb. of powdered finished product must dilute to a final volume of not less than five (5) gallons(5.67 grams makes an 8 oz. cup serving size) (Double yield-1lb +10>gal) (triple yield-1lb- 15> gallon), Yield must be marked on container, All delivered product must be labeled with ingredients. Quote must include cost for finished 10 gallons of broth. Specify case weight on bid., 92, LBS;LI 003: Soy Beef Granules, Pounds Soy Beef Granules, 50 Pound Bag

Soy protein products (SPP), Meat Flavor, Bits or Crumbles. Soy Protein Products (SPP) covered by this specification are food products produced by the recution or removal from soybeans of certain of the major non-protein constituents (water, oil, carboydrates) in a manner to achieve a protein content of:
-in the case of soy protein four (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 bsis excluding added vitamins, minerals, amino acids and food additives. Product comes dehydrated, in bulk packaging. Product will not contain any animal by products or ingredients., 21, BG;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.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.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.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).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.The Federal Bureau of Prisons Warehouse at FCI Englewood is open Monday thru Thursday from 7:30AM - 2:30PM. Friday deliveries are by scheduled appointment only. It's recommended that the vendor contact the FCI Food Service Department to notify of all deliveries. The point of contact is listed in the Buy Attachment Document labeled "Notice To Offerors".FAR 52.212-4 Contract Terms and Conditions - Commercial Items is hereby incorporated by reference.If supplying a different case size, ensure the minimum quantity required is met and specify your specific case size.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 priceis 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

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