Florida Bids > Bid Detail

89--FDC Miami - Q4 FY23 Halal Meals and Religious Diet

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159601573793891
Posted Date: May 18, 2023
Due Date: Jun 2, 2023
Solicitation No: 1139792
Source: https://sam.gov/opp/294bca31ad...
Follow
89--FDC Miami - Q4 FY23 Halal Meals and Religious Diet
Active
Contract Opportunity
Notice ID
1139792
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 18, 2023 11:41 am EDT
  • Original Date Offers Due: Jun 02, 2023 02:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8940 - SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS
  • NAICS Code:
    • 311999 - All Other Miscellaneous Food Manufacturing
  • Place of Performance:
    33 NE Fourth Street Miami , 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 1139792 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 700.00 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:

2023-06-02 14:30:00.0 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: Certified Halal - 7 Ounce Cheese Omelet Meal consisting of:
- 3 ounce-weight Plain Egg Omelet
- 1 ounce cheese
- 3 ounce Potatoes, 60, EA;
LI 002: Certified Halal Bologna Luncheon Meat (chicken or turkey), Frozen, 4 Ounce multiple slice portion, (Shelf Stable may be 1-4 oz slice) Wrapped in Sealed Plastic. *Each individual package must be marked with the halal certification symbol., 500, EA;

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.
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.

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

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
  • May 18, 2023 11:41 am EDTCombined 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 >