89--FCI Terminal Island - Q4 FY23 National Food Menu

Agency: JUSTICE, DEPARTMENT OF
State: California
Type of Government: Federal
FSC Category:
  • 89 - Subsistence (Food)
NAICS Category:
  • 311999 - All Other Miscellaneous Food Manufacturing
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: May 23, 2023
Due Date: May 30, 2023
Solicitation No: 1139355
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
89--FCI Terminal Island - Q4 FY23 National Food Menu
Active
Contract Opportunity
Notice ID
1139355
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI TERMINAL ISLAND
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 23, 2023 10:39 am EDT
  • Original Published Date: May 23, 2023 10:31 am EDT
  • Updated Date Offers Due: May 30, 2023 12:00 pm EDT
  • Original Date Offers Due: May 25, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 26, 2023
  • Original Inactive Date: Nov 21, 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:
    1299 S. Seaside Ave. San Pedro , CA 90731
    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 1139355 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 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:

2023-05-30 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be San Pedro, CA 90731

The DOJ BOP Field Offices-FCI TERMINAL ISLAND requires the following items, Meet or Exceed, to the following:
LI 001: Beef Patty, 4 oz, by the pound. Beef, Ground, Patties, IMPS 1136, 80% Lean, Frozen, Round in Shape, Paper Separation or IQF. Patties shall consist of chopped fresh and/or frozen beef without seasoning. Beef must be produced from current raw material, no bench trimmings, steak trim, or reground product to be used. Patties will not contain more than 20% fat, and will 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 ON THE LABEL. NO STAMPED/WRITTEN DATES ALLOWED. When trimmed beef cheek meat is used in the preparation, the amount of such meat shall be limited to 25%; NO ORGAN OR TONGUE MEAT. Delivered cases must be labeled All Beef, Pure Beef, or 100% Beef and with fat %. Manufacturers letters will NOT be accepted in lieu of labeling. Beef must have a rosy red appearance upon delivery or it will be rejected. 1 mil or thicker bags. No open bags., 3000, LB;
LI 002: Ground Beef, 80/20, by the pound. Beef, Ground, 80% Lean, IMPS 136, Frozen. Will consist of chopped fresh and/or frozen beef without seasoning. Beef must be produced from current raw material, no bench trimmings, steak trim, or reground product to be used as raw material. Finished beef will not contain more than 20% fat, and will not contain added water, phosphates, binders, or extenders. No partially defatted tissue or advanced meat recovery product. BEEF MUST BE 6 MONTHS OR YOUNGER UPON DELIVERY WITH THE DATE ON THE LABEL, NO STAMPED/WRITTEN DATES. When trimmed beef cheek meat is used in preparation, the amount of such meat will be limited to 25%; NO ORGAN/TONGUE MEAT. Delivered cases must be labeled All Beef, Pure Beef, or 100% Beef and with fat percentage. Manufacturers letters will NOT be accepted in lieu of labeling. Beef must have a rosy appearance upon delivery. Beef that is grey, brown or tan in color will be rejected. Clear 1 mil or thicker sealed bags. No open bags, opaque or colored bags., 16000, LB;
LI 003: Chicken Leg Quarters, by the pound. Chicken, Leg Quarter, Raw, Whole, Ready to Cook, Frozen, IMPS P1031 Broiler Leg, United States Classes, Standards and Grades for Poultry Agricultural Marketing Service (AMS) 70.200 et seq, Unbreaded. "Whole Leg quarter" consists of a poultry thigh and drumstick (attached), with a portion of the back attached. . Delivered amounts of Leg Quarter portions can be random sizing, with the portion size not to be smaller than 10 ounce and not to exceed 20 ounces. Packed in poly bag boxes. 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 004: Chicken Boneless/Skinless, by the pound. Chicken, Boneless, Skinless, Raw, White Meat (Tender/Breast Meat), Frozen, A or B quality per USDA, U. S. Classes, Standards & Grades for Poultry AMS 70.200 et seq. Boneless skinless breasts must be free of cartilage % fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated with tenderloins are permitted. Tenderloins/boneless, skinless parts must be free of blood clots bruises cuts tears & holes in the muscle tissue. Slight discoloration/separation of the muscle tissue is permitted on parts, provided it does not detract from the appearance. Boneless/ skinless parts may be diced. Dicing process must result in size reduced portions of meat that are intact, not mutilated, relatively uniform in size, and with surfaces relatively smooth. Unbreaded. Packed in poly bag boxes. All packaging and materials must be clean/new condition. Products produced/ labeled with any phrase containing under religious exemption will be refused., 17000, LB;
LI 005: Fish Fillet, Breaded, 4-7 oz. Fish Fillets, Raw, Breaded, Individually Quick Frozen, Unglazed, Skin-off (skinless), Practically boneless fillet. U.S. Grade A or B (per Grades of Frozen Raw Breaded Fish Portions). Acceptable types include Tilapia, Cod, Haddock, Hake, Flounder, Sole, Turbot, Plaice, or Halibut. Frozen raw breaded portions are clean, wholesome, uniformly shaped, unglazed masses of cohering pieces (not ground) of fish flesh coated with breading and contain not less than 75 percent, by weight, of fish flesh. Fish portion must meet weight requirements when thawed and drained. Must specify if block cut or not block cut on bid. Note type and size on bid. 4 to 7 oz., 2000, LB;
LI 006: Hot Dogs 10-1 by the pound. Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, Beef, 6 inch, 10:1 Ratio (must specify weight ratio on bid), Skinless, Without non-meat binders and extenders or With non-meat binders and extenders (such as nonfat dry milk, wheat, rice, soy flour, or soy protein concentrate. (IMPS 800, Major Ingredient D or D1 OR CID A-A-20341A, Type II, Byproducts or variety meats A-None, Curing agents 2-Cured, Non-meat binder and extenders (a) or (b), Nurtrient content claim (1) or (2), Links per pound of meat ratio (iii) or (iv), Package size (gg), Argicultural practice 1). The finished product shall not contain more than 30 percent fat or no more than 10 percent added water, or a combination of 40 percent fat and added water. Non-meat binders and extenders may be used up to 3.5 percent individually or collectively with other binder and extenders in the frankfuters per 9 CFR § 424.21 (c). All ingredients in the product must be listed in the ingredients statement on the label in order of predominance, from highest to lowest amounts in accordance with the USDA Food Safety Inspection Service (FSIS) Standards and Labeling Policy. Manufacturer’s letters will NOT be accepted in lieu of labeling., 1600, LB;
LI 007: Italian Sausage, Pork, by the pound. Italian Sausage, Pork, Pork and Turkey (pork is predominant) or Pork and Chicken (pork is predominant), Sweet, Links. Italian sausage is a fresh, uncooked, linked product. The meat components shall be chopped or ground to a moderately course texture. The sausage itself (or interior cut surface of links) is moderately coarse in texture with a uniform color ranging from medium to dark reddish-brown with evenly distributed fat particles. The links shall be in a natural hog or collagen casing 5 to 6 inches in length. Links shall be moderately uniform in length and diameter. IMPS 818, Italian Sausage, Formula D, P2 or P3, Flavoring B, Type E. Product will be delivered frozen. Product will NOT contain SOY., 1200, LB;
LI 008: Pork Roast, by the pound. Meats, Pork Roast, Pork Shoulder, Boston Butt, Boneless, Raw, IMPS 406A, Frozen, No Paper Wrapping, Weight Range A or B, 4 to 8 lb. Quote MUST indicate average roast weight of quoted item. No picnics allowed., 3000, LB;
LI 009: Turkey Roast Raw, by the pound. Turkey, Boneless, Roast, Raw, Natural, Boned Rolled and Tied, netted or in roasting pack. Breast meat or breast/thigh meat (8-12 lb each) or whole muscle thigh meat (4-5 lb each). Skin (Maximum) 12.5%. Products produced or labeled with any phrase related to "under religious exemption" will be refused., 4000, LB;
LI 010: Aprons, Disp. Case-100 Count Case, 50, CS;
LI 011: Bouffant Head Covers, Case 1000 Ct., 10, CS;
LI 012: Disp Spork W Napkins S P, 1000 Count Case Disposable Spork W Napkins S P, 150, CS;
LI 013: Disposable Cups, 8 oz each, 1000 count case, 14, CS;
LI 014: Disp Gloves, Case, 1000 count case, 50, CS;
LI 015: Plastic Sandwich Bags, 200 Ct cs, 30, CS;
LI 016: Cheddar Cheese 40 Pound Case. Cheese, Cheddar, U.S. Grade AA or A. “Cheddar cheese” is cheese made by the cheddaring process or by another procedure which produces a finished cheese having the same physical and chemical properties as the cheese produced by the cheddar process and is made from cow's milk with or without the addition of coloring matter and with common salt, contains not more than 39 percent of moisture, and in the water-free substance, contains not less than 50 percent of milk fat and conforms to the provisions of §19.500, “Definitions and Standards of Identity for Cheese and Cheese Products.” Food and Drug Administration (21 CFR 19.500). Manufacturer’s letters will NOT be accepted in lieu of labeling (Bidder needs to indicate if cheese is Loaf/Block or Shredded Coarse). Packaging: 5 lb to 40 lb sealed Bags or containers., 80, CS;
LI 017: Mozzarella Cheese, 40 Pound Case. Cheese, Mozzarella, Low-moisture Mozzarella, Part-skim Mozzarella, Low-moisture Part-skim Mozzarella. As specified in the USDA Quality Specifications for Mozzarella Cheeses. The Cheeses may be Shredded. Milk fat ranging from not less than 45% on dry basis to 10.8% depending on type. Moisture content ranging from more than 45% to not more than 60% depending on type. Each of the ingredients used in the food shall be declared on the label. Manufacturer’s letters will NOT be accepted in lieu of labeling (Bidder needs to indicate if cheese is Shredded Coarse). Packaging: 5 lb to 40 lb sealed Bags or containers., 50, CS;
LI 018: Sugar Substitute, Ind 3000 Count Per Case 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, 100, CS;
LI 019: Taco Shells, Each, 200 Per Case. Taco Shells, Corn, U Shaped, Enriched. (CID A-A-20143B, Type III, Style A, Shape b, Enrichment type i). Each. State case count on bid., 70, CS;
LI 020: Baking Powder, 40 Pound Case. Baking Powder, Single Action, shall be manufactured from clean, white, free-flowing, highly purifies, food grade materials and shall be comprized of acide-reacting materials, sodium bicarbonate, and cornstarch., 20, CS;
LI 021: Beans, Black, Canned, In Brine, Meatless. (CID AA-20134D, Type 1, Class K, Style 1), Nutrient content claim d, Agricultural practice (1). 6/#10 cans per case, 56, CS;
LI 022: Beans, Black, Dry, 50 Pound Bag Beans, Dry, Black Beans, Whole, U.S. Grade 1 – 3., 100, BAG;
LI 023: Beans, Lentil, Dry, 25 Pound Bag. Beans, Dry, Lentils, Whole, U.S. Grade 1 – 3, 100, BAG;
LI 024: Beans, Dry, Navy, Whole CIS A-A-20337, Type II, Class 7, 100 Pound Bag, 10, BAG;
LI 025: Beans, Pinto, Dry, 50 Pound Bag Beans, Pinto, Dry, Pounds Beans, Dry, Pinto, Whole, U.S. Grade 1 – 3., 80, BAG;
LI 026: Beets, Sliced, 6-#10 Cans. Vegetable, Beets, Canned, Whole, Slices, Quarters, Diced, Jullienne, French Style or Cut. Minimum drain weight 64 oz. U.S. Grade A. U.S. Fancy, U.S. Grace 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., 56, CS;
LI 027: Beverage Mix, 5 oz., Each. Beverage mix each 72/5oz per case. Beverage mix assorted flavors, 5oz packs, each. 5oz pack is to make 5 gal. State BRAND on bid., 123, CS;
LI 028: Carrots, 6-#10 Cans 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. State can on bid., 280, CS;
LI 029: Catsup, Case 6-#10 cans 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 or Pouches per case. State can or pouch on bid., 56, CS;
LI 030: Oatmeal, Bulk, Pounds, 50 Pound Bags Cereal, Rolled Oats, Quick cooking, Unflavored, Any Style, Any container size (CID A-A-20090F, Type II, Flavor A, Style 1 – 3), 75, BAG;
LI 031: Spices, Cinnamon, Ground, Not fortified. (CID A-A-20001B, Type I, Class I, Form 1, Fortification A). Packaging must indicate actual delivered weight of product. Pure - no additives, extenders, foreign matter, or flow agents. 1/2 lbs to 50 lb sealed plastic containers or boxes. Note package size on bid., 300, LB;
LI 032: Corn, 6-#10 Cans 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 per case. State can on bid., 226, CS;
LI 033: Dressing, Salad Mayo. Gallons, 4-1 Gal per Case Dressing, Salad, Pourable, Regular, Creamy Style. (CID A-A-20162B, Type I, II, III, or IV, Any Class, Creamy Style). 4/1 Gallon Plastic Containers per case. Note Type and Class on bid if not specified., 120, CS;
LI 034: Flour, All Purpose, 50 Pound Bag Flour, General, All Purpose, Unbleached (CID A-A-20126F, Type II or VI, Style A), 150, BAG;
LI 035: Green Beans, 6-#10 Cans Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise, or French Style, Round Type, 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. State can or bid., 280, CS;
LI 036: Greens, Collard, 6-#10 Cans. Vegatable, Collard Greens, Canned, Grade U.S. No. 1. As defined in Title 7, 51.521. Origintaed from crops that have been 100 percent grown, processed, and packed in the United State or Canada. 6/#10 cans or pouches per case. State can on bid., 56, CS;
LI 037: Imitation Syrup, 4-1 Gallon cs Syrup, Table, Regular, Any flavor (CID A-A-20124D, Type IV, Style 1 or 2, Flavor A, B, C, D, or E. Syrup shall be manufactured in accordance with the U.S. Standard of Identify for Table Syrup, 21 CFR 168.180. 4/1 Gallon Plastic containers per case. State flavor on bid., 60, CS;
LI 038: Lime Juice, Quarts, 30, QT;
LI 039: Mixed Vegetable, 6#10 Cans Vegetable, Mixed (5-way 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-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. State can on bid., 112, CS;
LI 040: Pasta, Egg Noodle, 10 Pound Case. Pasta, Enriched Egg Noodles, Ribbon Shaped Noodles or Large Bow Shaped Noodles. (CID A-A-
20063C, Type I or Type II, Style B). 1 lb to 40 lb sealed bags., 100, CS;
LI 041: Pasta, Macaroni, Elbow Form, Whole Wheat Blend, Whole Wheat, or Regular, (CID A-A-20062F, Type V, Style A, B, C, or D). Enrichment type (A). 1 lb to 40 lb sealed bags., 60, CS;
LI 042: Pasta, Lasagna, Pounds, 20 pound case. Pasta, Lasasgna Noodles, Curl or Flat Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062F, Type VIII, Class 1 or 2, Style A, B, or C). Enrichment type (A). 1 lb to 40 lb sealed bags., 50, CS;
LI 043: Pasta, Rotini, Pounds, 10 Pounds Case. Pasta, Macaroni, Rotini Form, Regular Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062F, Type V, Style A, B, C, or D). Enrichment type (A). 1lb to 20 lb sealed bags., 40, CS;
LI 044: Pasta, Ziti, Pounds, 20 Pound Case. Pasta, Macaroni, Ziti Form, Whole Wheat Blend, Whole Wheat, or Regular. (CID A-A-20062F, Type XIII, Style A, B, or C). Enrichment type (A). 1lb to 40lb sealed bags., 50, CS;
LI 045: Peas, Green, 6-#10 Cans. 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. State can on bid., 56, CS;
LI 046: Potato Chips, Ind 60 Count Case Chips, Potato, 1 Oz Sealed Individual Package, Various Flavors. Note Case Count And Flavors In Bid, 50, CS;
LI 047: Powdered Sugar by the pound Sugar, White (Refined), Powdered or Confectioners (CID A-A-20135D, Type I, Style C), 1500, LB;
LI 048: Rice 50 Pound Bag Rice, U.S. Grade No. 1 or 2, Long Grain MILLED Rice, Parboiled Light, 120, BAG;
LI 049: Salad Oil, Gallons, 5 Gallon Container 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-20091D, Type II). Gallons, Half Gallons, 5 Gallon Containers, or 35 lb Containers. Note size of container and case size on bid., 100, CNT;
LI 050: Shortening, Solid, 50 Pound Block. Shortening, General Purpose, (CID A-A 20100D, Type I). The general purpose shortening must be prepared from deodorized vegetable fats and oils, which include, but are not limited to, palm oil, palm kernal oil, canola oil, or a combination of these oils. The general purpose shortening may be processed by hydrogenation or interesterfication. The product may contain antioxidants. Antifoaming agents must not be incorporated into the shortening. 50 pound block., 50, BLK;
LI 051: 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 reduction or removal from soybeans of certain of the major non-protein constituents (water, oil, carbohydrates) in a manner to achieve a protein content of: – in the case of soy protein flour (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 basis 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., 3, BAG;
LI 052: Spinach, 6-#10 Cans Vegetable, Spinach, Cut leaf or 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 per case. State can on bid., 112, CS;
LI 053: Tomato Paste, 6-#10 Cans. 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., 56, CS;
LI 054: Tomatoes, Diced, 6-#10 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. 6/#10 cans per case. State can on bid., 224, CS;
LI 055: Tortilla Chips, Bulk, 15 lb Bag/Case Tortilla Chips, Corn, Round or Triangular, Enriched, Shelf Stable, Table Ready (CID A-A-20143B, Type II, Style A, Shape a or c, Enrichment type I, Product state a, Cook state I). Bulk packaged., 70, CS;
LI 056: Eggs, Frozen, 30 Pound Case. Eggs, Pasteurized, Liquid, Frozen. Specify case size on bid., 500, CS;
LI 057: Flour, Tortilla, 10 , Each Tortillas, Wheat, White With Spices Or Herbs, Or Other, 7 "-10" In Diameter, Round, Shelf Stable, Refrigerated, Or Frozen, Table Ready (Cid A-A-20143B, Type 1, Style B, C, Or E, Size 7, 8, Or 9, Shape A, Enrichment Type I, Product State A, C, Or D, Cook State I) Each. State Case Count On Bid., 17000, EA;
LI 058: French Fries, 30 Pound Case. Vegetable, Potatoes, French Fries, Frozen, Institutional type, Crinkle Cut. Strips will be 3/8 x 3/8, 1/2 x 1/4, or 3/8 x 3/4 inch and be Extra Long, Long, or Medium (at least 50% or more are 2 inches or longer. FRYABLE or OVENABLE. U.S. Grade A, U.S. Fancy or U.S. Grade B. As defined in Title 7 62.2391-2405. Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada. Examples of acceptable types also includes wedges, waffle cut, and steak cut., 300, CS;
LI 059: Soy Chicken Patty, Each. Meat Alternative, Individually Frozen, Soy, Vegetable, or Legume Based, Patty or Rectangle Shaped (CID A-A-20275A, Type I, II, or III,
Style A or L.). Fully cooked, chicken flavor. Product to be Vegan alternative for chicken patty. Product will not contain any animal by
products or ingredients., 1548, 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 TERMINAL ISLAND 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 TERMINAL ISLAND 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 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.

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.

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.

A complete delivery of all awarded items is expected to commence on July 3rd and completed no later than July 14th. Deliveries will be made Monday through Friday from 6:00 AM to 12:00 PM. 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.

Past Performance will be a consideration for award: A vendor’s previous delivery history, and any Performance Alerts available through UnisonMarketplace.com and SAM.gov, will be used as a determining factor prior to award.
Attachments/Links
Contact Information
Contracting Office Address
  • P.O. BOX 269
  • SAN PEDRO , CA 90731
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Jun 23, 2023[Award Notice (Original)] 89--FCI Terminal Island - Q4 FY23 National Food Menu
Aug 4, 2023[Award Notice (Original)] 89--Original Buy# 1139355 FCI Terminal Island - Q4 FY23 National Food Menu
Aug 4, 2023[Award Notice (Original)] 89--Original Buy# 1139355 FCI Terminal Island - Q4 FY23 National Food Menu
Aug 4, 2023[Award Notice (Original)] 89--Original Buy# 1139355 FCI Terminal Island - Q4 FY23 National Food Menu
Aug 4, 2023[Award Notice (Original)] 89--Original Buy# 1139355 FCI Terminal Island - Q4 FY23 National Food Menu
Aug 4, 2023[Award Notice (Original)] 89--Original Buy# 1139355 FCI Terminal Island - Q4 FY23 National Food Menu
Aug 4, 2023[Award Notice (Original)] 89--Original Buy# 1139355 FCI Terminal Island - Q4 FY23 National Food Menu

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

39 141161 FITLERS Water & Power 1/5/2024 1/10/2024

City of Los Angeles

Bid Due: 10/01/2024

BCSD Student Lunch Trays Bid #24-04-01 Instructions

Bakersfield City School District

Bid Due: 5/08/2024

type name(s) due date notice details posted RFP Community Center Cafe Operator 05/01/2024

City of Elk Grove

Bid Due: 5/01/2024

Details Event ID 0000030746 Format/Type: Sell Event / RFx Published Date 03/27/2024 2:00PM

State Government of California

Bid Due: 4/24/2024