Florida Bids > Bid Detail

89--FDC Miami - Q1 FY23 Subsistence Menu

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159550794196333
Posted Date: Dec 16, 2022
Due Date: Dec 27, 2022
Solicitation No: 1125409
Source: https://sam.gov/opp/44c10556c8...
Follow
89--FDC Miami - Q1 FY23 Subsistence Menu
Active
Contract Opportunity
Notice ID
1125409
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FDC MIAMI
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 16, 2022 11:08 am EST
  • Original Date Offers Due: Dec 27, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 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:
    33 NE 4th Street , FL 33132
    USA
Description
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 1125409 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 sellers 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:

2022-12-27 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Miami, FL 33132

The DOJ BOP Field Offices- FDC MIAMI requires the following items, Meet or Exceed, to the following:
LI 001: Rice, U.S. Grade 1 or 2, Long Grain MILLED Rice, Parboiled Light, 10000, LB;
LI 002: Pasta, Macaroni, Elbow Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062F, Type I, Style A, B, or C). Enrichment type (A). 1 lb to 40 lb sealed bags., 2500, LB;
LI 003: Pasta, Enrichard Egg Noodles, Ribbon Shaped Noodles or Large Bow Shaped Noodles. (CID A-A-20062E, Type XIII, Style A, B, or C). Enriched in accordance with the requirements as specified in 21 CFR 139.115 and 21CFR 139.135. 20 lb sealed bags., 500, LB;
LI 004: Corn Meal, Degermed (lower fat), Enriched, White or Yellow, Course Granulation (CID A-A-20066C, Type III, Class B, Color 1 or 2, Granulation a, Argricultural practice a)., 1000, LB;
LI 005: Cereal, Prepared, Ready to Eat, Wheat, Bran Flakes, made from Whole grains or combinations of whole a refined grains. (CID A-A-20000E, Type I, Class 5, Grain Composition a or b, Fiber 2), Solium (a), Packagin type (vii), Agricultiral practice (aa)), Bulk package range 12 to 40 lb case. Specify case weight on bid., 12000, LB;
LI 006: Cereal, Prepared, Ready to Eat, Any type, any style, and any grain compodition. (CID A-A-20000E, Any Type, Any Class, Any Grain Composition). Bulk package range 40 lb case. Specify case weight, type, Class, and Grain Composition of ceral on bid. Type of cerial may be specified locally. Frosted Flakes or Cheerios 40 Lbs case, 12000, LB;
LI 007: Oils, Salad, Vegetable, Canola (rapeseed), Corn, Cottonseed, Olive (refined), Peanut, Safflower, Soybean, Sesame, Sunflower, or any other vegetable oils or combinations of these oils. (CID A-A- 20091E, Type II, Atyle 1, Satureated fat level a, Argricultural practice (i)). Gallons, Half Gallons, 5 Gallon Containers, or 35 lb Containers. Note size of container and case size on bid., 50, CT;
LI 008: Margarine, Bulk, All Vegetable. Margarine shall comply with all applicable Federal regulations including those contained in the Food and Drug Standard of Identity for Margarine (21 CFR Part 166) and must conform to USDA Specifications for Vegetable Oil Margarine. Margarine shall be made from one or more of the following vegetable oils; canola, safflower, sunflower, corn, soybean, or peanut
oil. Margarine contains not less than 80% fat., 1000, LB;
LI 009: Tartar Sauce, Individual Packet, Each, Regular, Reduced Fat, Fat Free, or Light (CID A-A-20140E, Type III, Agricultural practice a). Specify case count on bid. 200 COUNT CASE, 300, CS;
LI 010: Sugar Substitute, Non-Carbohydrate, Saccharin, Acesulfame K, Aspartame, Sucralose, Neotame, or Rebaudioside A, Granular, Packaged in Envelopes/Packets. (CID A-A-20178C, Types l-VI, Style A, Package 1). Each individual is .80 to 1.0 Gram. State case count on bid. (1000 PER CASE), 500, CS;
LI 011: Syrup, Table, Regular or Lite or Light, Any flavor (CID A-A-20124E, Type V, Style 1 or 2, Flavor A, B, C, D, or E). Syrup shall be manufactured in accordance with the U.S. Standard of Identity for Table Syrup, 21
CFR 168.180. Each. Individuals are 1 oz. State case count and flavor on bid., 40000, EA;
LI 012: Pastries, Breakfast Cakes, Assorted, Individual, Fresh or Frozen, Thaw and Serve, or Bake and Serve. (Muffins, Donuts, Cinnamon Rolls, etc. NO BAGELS) Specify item, size case count, and if items contain
yeast on bid. Items will not contain poppy seeds. 100 to 200 or more count case. Precook, Prepackage, 60000, EA;
LI 013: French Toast, Frozen, Regular or Low Fat, Any Flavor, Any Shape. (CID A-A-20234B, Type II, Style A or B, Class 3, Flavor A, B, C, or D, Shape 1- 8). Each. State case count on bid, 100, CS;
LI 014: 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. State can or pouch on bid., 336, CS;
LI 015: 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 or pouches per case. State can or pouch on bid. POUCH OR 6/#10 CAN, 150, CS;
LI 016: 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 or pouches per case. State can or pouch on bid., 336, CS;
LI 017: 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 or pouches per case. State can or
pouch on bid., 112, CS;
LI 018: 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 21CFR 155.200. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case. State can or pouch on bid. 6/#10 CAN, 112, CS;
LI 019: 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 21CFR 155.130. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case or 6/75 oz vac-pack cans per case. State type of can or pouch on bid. 6/#10 CAN, 336, CS;
LI 020: 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 or pouches per case., 224, CS;
LI 021: Vegetable, Mixed (5-7 way blend mix including carrots, green beans, peas, corn, and lima beans), Canned, With Salt, Without Salt, No Salt Added, Low Sodium, or Other. (CID A-A-20120F, Type I, 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 or pouches per case. State can or pouch on bid., 336, CS;
LI 022: Vegetable, Peas and Carrots, Canned, Sliced, Diced, Double Diced, or Strips. Peas not less than 50% of drained product and Carrots not less than 25% of drained weight. Minimum drain weight 70 oz. U.S. Grade A, U.S. Grade B. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case. State can or pouch on bid., 224, CS;
LI 023: 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 or pouches
per case. State can or pouch on bid., 224, CS;
LI 024: 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 or pouches per case. State can or pouch on bid., 224, CS;
LI 025: Fruit, Apples, Siced or Diced, Canned, 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, 336, CS;
LI 026: Fruit, Applesauce, Canned, must be processed and meet the conditions of use in accordance with 21 CFR Sec 101.60(c)(2). (CID A-A-20317B, TYpe I - Unflavored applesauce, Sweetness 1 - Unsweetened, Texture a, Nutritional contentclaim (a)-(f), Container size (v), Agricultural practice (aa). 6/#10 cans per case, 336, CS;
LI 027: Fruit, Fruit Cocktail, Canned, U.S. Grade A, B, 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., 336, CS;
LI 028: 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 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 1mil or thicker sealed bags. No open bags, opaque or colored bags. Note weight of packaging and case size on bid., 10000, LB;
LI 029: Meats, Beef Roast, Beef Top or Bottom Round (Gooseneck), or Stip Loin, Boneless. IMPS 168,169,169A,170,170A,171B, 180. Frozen, weight range approximately 12 to 28 lb. Quote MUST indicate actual IMPS & average roast weight of quoted item., 5000, LB;
LI 030: Meats, Beef for Stewing, Raw, IMPS 135A, diced pieces must be sized - not less than a 3/4" cube or not more than a 11/2" cube and no individual surface must be more than 2.5 inches in length, the fat thickness of the surface and or seam fat must not exceed 1/4 inch at any point. Product to be packed in 10 to 40 lb cases. Delivered Frozen. VEAL is not a substitute for this specifications, 8000, LB;
LI 031: Meats, Chicken, Boneless, Skinless, Raw, White Meat (Tender or 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., 15000, LB;
LI 032: Meats, Chicken, Quartered, ready to cook, Frozen, Boriler quarters, U.S. Grade A., UNited States Classes, Standards and Grades for Pultry Agricultural Marketing Service (AMS) 70.200 et seq. Unbreaded. Delviered amounts are to be uniform in portion size and not random sizing. Quotes must identify portion size being offered. Portion size to be smaller than 12 ounces and not to exceed 20 ounces. Packed in poly bag boxes. Polyethylene-film Bags - Shall have a wall thickess of not less than 2 mil; and shall protect the commodity from dehydration, freezer burn, or quality deterioration during the conditions of use. All packaginf and packing materials ust be clean and in new condition. Products produced or labeled with any phrase "under religious exemption" will be refused, 20000, LB;
LI 033: 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., 10000, LB;
LI 034: Meats, Turkey, Boneless, Roast, Raw, All- Natural, Boned, Rolled and Tied, netted or in roasting pack. U.S. Grade A., United States Classes, Standards and Grades for Poultry Agricultural Marketing Services (AMS) 70.200 et seq. Breast meat or breast/thigh meat (8-12 lb each) or whole muscle thigh meat (4-5 6lb 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 ., 10000, LB;
LI 035: Dairy, Milk, Pasteurized, Nonfat, Skim, or Fat Fee, No Flavor. (CID A-A-20338A, Group I, Type D, Flavor 5 - NO Flavor, PackagING size c or d, Argricultural practice (1)). 1/2 Pint Containers., 126000, EA;
LI 036: BUTTERMILK BISCUITS,4OZ 144 COUNT CASE, 100, 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 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- FDC MIAMI 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. Offerers may submit bids during the specified period of time. DOJ BOP Field Offices- FDC MIAMI 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact the 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 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 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.
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

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.

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.

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).

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.

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.

Deliveries can commence immediate after ARO, Items must be received within 30 days of ARO. Deliveries will be made Monday through Friday from 7:30am to 1:30pm. Federal holiday deliveries will not be accepted. Contractor failure to meet delivery schedules without and 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. Upon delivery, All items must be conveyed to the tail of the truck. Failure to do so, will be subject to refusal of acceptance, thus cancellation. NOTE: Delivery schedules must be pre-arranged with the receiving warehouse. Warehouse Phone: 305-982-1043.

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.

All items offered on this bid must be certified by an accepted Orthodox Kosher certification agency from the United States or Canada, such as: OU - Union of Orthodox Jewish Congregations; OK - Organized Kashrus Laboratories; Star K, KOF‑K; KAJ ‑ K'hal Adas Jeshurun; OKS ‑ Organization of Orthodox Kashrus Supervision; OV ‑ Vaad Hoeir of Saint Louis; CRC - Central Rabbinical Congress of the USA and Canada; CRC - Chicago Rabbinical Counsel; or Kosher Overseers of America. Quoters will include a letter of certification from the religious certification agency dated no more than 11 months from the date of the quote provided.        Kosher items will not contain alcohol, emulsifiers mind altering substances, enqymes and/or chemicals.

1        The tray for all meals will be:
a) Made with non-metallic packaging that allows microwave and conventional oven heating and be heat sealed directly to the tray with clear plastic and wrapped with a separate sealed clear plastic wrapper which encloses the entire tray.
b) A three compartment tray with one large compartment and two smaller compartments. Each compartment should be large enough to accommodate required ounces of product.
2        All meals will contain the food products per the individual product specification including the stated volume and/or weight of item as listed.
3        No substitutions may be made to the meats, vegetables, starches, sauces or preparation methods.
4        Meals (items 1 through 14) may be quoted as frozen and/or shelf stable products. Pricing must be identifiable as either frozen or shelf stable.
5        Each individual meal must be marked with the certification symbol from the religious certification agency.
6        Heating directions must be provided for various wattage microwaves or oven heating including recommended method.
7        Mixed Vegetables will contain carrots, corn, peas, green beans, and lima beans with:
a) Not more than 40 percent by weight carrots.
b) Not more than 40 percent by weight corn (sweet, golden or yellow, whole kernel corn).
c) Not more than 40 percent by weight green peas.
8        Peas and Carrots will contain:
a) Not more than 40 percent by weight carrots.
b) Not more than 40 percent by weight green peas.
9        Mashed Potatoes will be made with commercially prepared potato flakes without peel, adding only water according to the manufacturers' preparation instructions; or fresh potatoes prepared using only water and spices with only the amount of binder which will ensure the product does separate in processing. No extenders of any type are allowed.
10        Tomato Sauce will be commercially prepared or crushed and/or pureed tomatoes, tomato paste and spices using only the amount of binder required to ensure the product does not separate during processing.

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.
Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 019118
  • MIAMI , FL 33101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 16, 2022 11:08 am ESTCombined Synopsis/Solicitation (Original)

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 >