General Buy Information
Buy #: | 1067913 | |
---|---|---|
Solicitation #: | 15B40321Q00000028 | |
Buy Description: | FCI ENGLEWOOD FY21 4TH QTR SUBSISTENCE -CANNED GOODS | |
Category: | 89 -- Subsistence | |
Sub Category: | 8915 -- Fruits and Vegetables | |
NAICS: | 311421 -- Fruit and Vegetable Canning | |
SAM Contract Opportunity: | Yes (If Yes, buys prior to 11/2019 were posted to FBO) | |
Set-Aside Requirement: | Small Business | |
Buyer: | DOJ BOP Field Offices - FCI ENGLEWOOD | |
End Date: | 06/29/2021 | |
End Time: | 14:30 ET | |
Seller Question Deadline: | 6/24/2021 - 11:00 ET | |
Delivery: | 21 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver) |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s)
Item No | Description | Qty | Unit |
---|---|---|---|
001 | TUNA FISH, CANS - 6/66.5OZ CANS PER CASE 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. QUOTE MUST SPECIFY SIZE AND PACKING OF CASE. | 80 | CS |
002 | BEETS, SLICED, 6-#10 CANS PER CASE Vegetable, Beets, Canned, Whole, Slices, Quarters, Diced, Julienne, French Style or Cut. Minimum drain weight 64 oz. 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. | 49 | CS |
003 | CARROTS, 6-#10 CANS PER CASE VEGETABLE, CARROTS, CANNED, SLICED, DICED, JULIENNE, FRENCH STYLE, OR CUT. MINIMUM DRAIN WEIGHT 64 OZ. 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. | 327 | CS |
004 | CATSUP, CASE, 6-#10 CANS PER CASE 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 PER CASE. | 33 | CS |
005 | CORN, 6-#10 CANS PER CASE 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 OR 6/75 OZ VAC-PACK CANS PER CASE. | 473 | CS |
006 | GREEN BEANS, 6-#10 CANS PER CASE 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. | 426 | CS |
007 | GREENS, COLLARD, 6-#10 CANS PER CASE 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. | 93 | CS |
008 | JALAPENOS, CASE, 6-#10 CANS PER CASE VEGETABLE, PEPPERS, JALAPENOS, SLICED. U.S. GRADE, U.S. FANCY, U.S. NO. 1, OR U.S. NO. 2. AS DEFINED IN TITLE 7, 51.1282 - 1284. 6/#10 CANS PER CASE. | 9 | CS |
009 | MIXED VEGETABLE, 6-#10 CANS PER CASE VEGETABLE, MIXED (5-7 WAY BLEND MIX INCLUDING CARROTS, GREEN BEANS, PEAS, CORN, AND LIMA BEANS), CANNED, WITH SALT, WITHOUT SALT, NO SALD ADDED, LOW SODIUM, OR OTHER. (CID A-A-20120E, TYPE II, STYLE A, B, C, D, OR E). MINIMUM DRAIN WEIGHT OF 64 OZ. ORIGINATED FROM CROPS THAT HAVE BEEN 100 PERCENT GROWN, PROCESSED, AND PACKED IN THE UNITED STATES OR CANADA. 6/#10 CANS PER CASE. | 211 | CS |
010 | MUSHROOM SOUP, 12/50OZ PER CASE SOUP, CANNED, CREAM OF MUSHROOM, CONDENSED | 2 | CS |
011 | MUSHROOMS, 6-#10 CANS PER CASE VEGETABLE, MUSHROOMS, BROWN, BUTTONS, SLICED WHOLE, RANDOM SLICED WHOLE, SLICED BUTTONS, OR STEMS AND PIECES. MINIMUM DRAIN WEIGHT 58 OZ. U.S. GRADE A, U.S. FANCY, U.S. GRADE B, OR U.S. EXTRA STANDARD. 6/#10 CANS PER CASE. | 20 | CS |
012 | PEAS, GREEN, 6-#10 CANS PER CASE VEGETABLE, PEAS, SWEET, CANNED. U.S. GRADE A - C. AS DEFINED IN FOOD AND DRUG STANDARD OF IDENTITY 21 CFR 155.170. ORIGINATED FROM CROPS THAT HAVE BEEN 100 PERCENT GROWN, PROCESSED, AND PACKED IN THE UNITED STATES OR CANADA. 6/#10 CANS PER CASE. | 132 | CS |
013 | PIMENTOS, 6-#10 CANS PER CASE PIMENTOS, CANNED, AS SUCH PRODUCT IS DEFINED IN THE STANDARDS OF IDENTITY FOR CANNED PIMINTOS (21 CFR 155.200). PIECES, SLICES, DICED OR CHOPPED. US GRADE A (US FANCY) OR GRADE C (US STANDARD). | 2 | CS |
014 | PINEAPPLE, SLICED, CND, 6-#10 CANS PER CASE FRUIT, 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. | 5 | CS |
015 | SPINACH, 6-#10 CANS PER CASE VEGETABLE, LEAFY GREENS, FROZEN, SPINACH, LEAF OR CHOPPED, U.S. GRADE A OR B. AS DEFINED IN TITLE 7 52.1371-1381. ORIGINATED FROM CROPS THAT HAVE BEEN 100 PERCENT GROWN, PROCESSED, AND PACKED IN THE UNITED STATES AND CANADA. | 129 | CS |
016 | TOMATO PASTE, 6-#10 CANS PER CASE TOMATO, PASTE, AS DEFINED IN THE STANDARD OF IDENTITY FOR TOMATO PASTE (21 CFR 155.191). NATURAL TOMATO SOLUBLE SOLIDS RANGING FROM EXTRA HEAVY TO MEDIUM CONCENTRATION (28 TO 39.3%). U.S. GRADE A, U.S. FANCY, U.S. GRADE C, OR U.S. STANDARD. 6/#10 CANS PER CASE. | 2 | CS |
017 | TOMATO, CRUSHED, 6-#10 CASE PER CAN TOMATOES, 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. | 7 | CS |
018 | TOMATOES, DICED, 6-#10 CANS PER 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 PER CASE. | 446 | CS |
019 | WAXED BEANS, CANNED, 6-#10 CANS PER CASE VEGETABLE, BEANS, WAX, CANNED, CUT, SLICED LENGTHWISE, OR FRENCH STYLE, 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. | 19 | CS |
Bidding Requirements
Instructions |
---|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
|
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
|
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
|
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
|
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.
|
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
Buy Terms
Name | Description |
---|---|
SAM Requirement | 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. |
Terminology | 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. |
Award Criteria | 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 Instructions | 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). |
Pricing Instructions | 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 FedBid 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. |
Case Size/Quantity Difference | If supplying a different case size, ensure the minimum quantity required is met and specify your specific case size. |
Shipping Condition | 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. |
Subsistence Delivery Dates | All deliveries shall be to The Federal Bureau of Prisons Warehouse at FCI Englewood is open Monday thru Thursday from 7:30am-2:30pm. All deliveries are scheduled by appointment only. The vendor will contact the FCI Food Service Department for all deliveries. The point of contact is listed in the Buy Attachment Document labeled " Notice to Offerors" |
Bid/Offer Acceptance Period | Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. |
Delivery Requirement | No partial shipments are permitted unless specifically authorized at the time of award. Delivery will be required 21 days after award. All deliveries shall be to the Federal Bureau of Prisons Food Service Warehouse. No partial shipments are permitted unless specifically authorized at the time of award. This order is a fill-or-kill requirement. Any items not received after 21 days from award are subject to termination. All deliveries shall be to the Federal Bureau of Prisons Food Service Warehouse. |
52.212-1 Instructions to Offerors- Commercial Items | 52.212-1 Instructions to Offerors-Commercial Items is incorporated by reference |
52.212-2 Evaluation- Commercial Items | Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. |
52.212-3 Offeror Representations and Certifications- Commercial Items | Offeror Representations and Certifications-Commercial Items (Aug 2020) 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 (v)) of this provision. |
52.212-4 Contract Terms and Conditions- Commercial Items | FAR 52.212-4 Contract Terms and Conditions -Commercial Items (OCT 2018) is hereby incorporated by reference |
52.211-16 Variation in Quantity | 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. |
52.211-17 Delivery of Excess Quantities | 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 Contractor’s expense or retained and paid for by the Government at the contract unit price. |
52.232-18 -- Availability of Funds | Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
Littleton | CO | 80123 |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | 4th_Quarter_FY21_52.212-5 | 115 KB | |
002 | 4th_Quarter_Notice_to_Offerors.pdf | 63 KB |