Illinois Bids > Bid Detail

89--FCI Greenville - Q3/Q4 FY23 - BREAD

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159793963797079
Posted Date: Feb 23, 2023
Due Date: Mar 3, 2023
Solicitation No: 1128932
Source: https://sam.gov/opp/baa2088511...
Follow
89--FCI Greenville - Q3/Q4 FY23 - BREAD
Active
Contract Opportunity
Notice ID
1128932
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI GREENVILLE
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 23, 2023 04:02 pm EST
  • Original Published Date: Feb 08, 2023 10:12 am EST
  • Updated Date Offers Due: Mar 03, 2023 12:00 pm EST
  • Original Date Offers Due: Feb 17, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 30, 2023
  • Original Inactive Date: Aug 16, 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:
    100 U.S HWY 40 & 4TH St Greenville , IL 62246
    USA
Description View Changes
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 1128932 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 2023-01. 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:

2023-03-03 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Greenville, IL 62246

The DOJ BOP Field Offices - FCI GREENVILLE requires the following items, Meet or Exceed, to the following:
LI 001: Bread, Roll, Enriched, Finger (Hot Dog), Wheat, Pan Baked, Sliced, Fresh, Seedless. (CID A-A-20053B, Type I, Class of Roll D, Style of Roll 3, Bake Type a, Slice Type i, Product State a, Seed type I). Fresh bread shall be delivered within 48 hours after baking. State type and package size on bid. *Weekly Deliveries*, 60310, EA;
LI 002: Bread, Roll, Enriched, Sandwich (Hamburger), Whole Wheat, Part Whole Wheat, or Multigrain, Pan Baked, Sliced, Fresh, Seedless. (CID A-A-20053B, Type I, Class of Roll C, Style of Roll 2, 3, or 4, Bake Type a, Slice Type i, Product State a, Seed type I). Fresh bread shall be delivered within 48 hours after baking. State type and package size on bid. *Weekly Deliveries*, 95360, EA;
LI 003: Bread, Whole Wheat, or Wheat, Unseasoned, Fresh, 24 OZ Loaf Size (22SL), Pan Baked, Sandwich, Sliced, Enriched, Seedless. (CID A-A-20052B, Type I, Style B, Type II, or Type III, Style B, Product State 1, Loaf Size a-e, Bake Type i, Shape b, Slice Type I, Enrichment Type A, Seed Type 2). Fresh bread shall be delivered within 48 hours after baking. 22 slices per 24 oz loaf. State type and number of slices per loaf on bid. *Weekly Deliveries*, 277900, 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 GREENVILLE 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 GREENVILLE 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.
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.

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 Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison Submit a Question 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.

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.

SAM Requirement        This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. 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.

In addition to providing pricing at www.unisonglobal.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.

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 seller’s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.

See Attached Delivery Schedule for projected dates and quantities. • 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.

Fiscal Year: 2023 Quarter: 3rd, Institution: FCI Greenville DELIVERY SCHEDULE A complete delivery of all awarded items is expected as soon as the award is made by the contracting officer in the form of a purchase order (SF1449) through April 14, 2023. (1st month of the quarter). Deliveries will be made Monday thru Friday from 7:00 am to 2:00 pm. Federal holiday deliveries will not be accepted. Contractor failure to meet delivery schedules without an excusable delay and/or failure to conform to contract specifications will negatively affect the contractor’s 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. NOTE: Delivery schedules do have to be pre-arranged with the receiving warehouse. We are “First Come, First Served” for deliveries. Warehouse Phone: (618) 664-6235 DELIVERY REQUIREMENTS • 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.

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.

Performance will be evaluated based on timely communication with the Contracting Officer, timely delivery, completeness of delivery and adherence to National Menu Specification/Requested Specification. Poor Performance will be subject to a CPARS entry as well as an alert placed in FEDBID on your account. Past performance will be a factor in the successful winning of the award.

Award will be decided by best price, prior performance (late delivery, partial shipments, incomplete shipments, lack of contact with contracting officer) and compliance with national menu specifications. Best Value to the Federal Government will also be taken into consideration when selecting Award.

Failure to comply with the National Menu Specifications will result in your quoted item not being considered for award. No specification substitutions will be accepted. If a specification does NOT state it must be a product of the United States or Canada, it is acceptable for it to be a "product of" a Foreign Country and distributed in the United States. When options are offered on the specifications, it is the FSA's determination as to what options are put out to bid. Not all options need be put out for bid. (i.e., cans and pouches)

The Government reserves the right to make payments using either Electronic Funds Transfer (EFT) or Government Purchase Card. Awards exceeding $10,000.00 will be accomplished through issuance of a Purchase Order. All awards under $10,000.00 will be accomplished via the Government Purchase Card. Referencing FAR 52.212-4(a) – Supplies shall be “nonconforming” if: 1 – The supplies are recalled by the producer. 2 – A local, state, or federal agency issues a public health alert regarding the supplies. 3 – The facility or farm from which the supplies originated or were processed is found to have violated applicable local, state, or federal health and safety standards. This includes, but is not limited to, the Federal Meat Inspection Act, Poultry Products Inspection Act, or the Food Safety and Inspection Services directives and regulations.

Bids must not exceed two decimal places (when total amount is broken down by unit price). Bids that exceed the second decimal place may not be considered.
Attachments/Links
Contact Information
Contracting Office Address
  • P.O. BOX 4000
  • GREENVILLE , IL 62246
  • 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 >