Minnesota Bids > Bid Detail

89--FPC Duluth Q2 FY24 - Subsistence

Agency:
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159196259134884
Posted Date: Nov 8, 2023
Due Date: Nov 16, 2023
Source: https://sam.gov/opp/3e6602c6c6...
Follow
89--FPC Duluth Q2 FY24 - Subsistence
Active
Contract Opportunity
Notice ID
15B40224Q00000001-1
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FPC DULUTH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Nov 08, 2023 01:42 pm EST
  • Original Date Offers Due: Nov 16, 2023 12:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2024
  • 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:
    4464 RALSTON DRIVE Duluth , MN 55811
    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 15B40224Q00000001-1 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 2023-06. 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:

2023-11-16 12:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Duluth, MN 55811

The FPC DULUTH requires the following items, Meet or Exceed, to the following:
LI 001: 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. 5oz patties by the pound, 2500, LB;
LI 002: Beef, Ground, 80/20, 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 to25%; 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., 4000, LB;
LI 003: Beef, Roast Beef, Raw, Roast Beef, Raw, by the pound - Beef Roast, Raw Beef Top or Bottom Round (Gooseneck), IMPS 168, 169, 169A, 170, 170A, 171B. Frozen, approximate weight range12 to 28 lb. Quote MUST indicate actual IMPS & average roast weight of quoted item., 3000, LB;
LI 004: Meats, Chicken, Filet, 4-5 oz, Whole Muscle or Chunked and formed, 1/2 inch cube or greater (9 CFR § 381.171(f)), No mechanicallyseparated chicken (comminuted), previously cooked chicken meat, or MSG may be used in product, 100% white meat, Breaded. (CIDA-A-20276A, Type VI, Style A or B, Meat Type (b), Form 1, Shape (b). Individually Quick Frozen. Vegetable oil shall be used as thefrying medium. Combined batter and breading shall not exceed 30% by weight and will be evenly coated. All ingredients in the productmust be listed in the ingredients statement in order of predominance, from highest to lowest amounts in accordance with the USDAFood Safety Inspection Service (FSIS) Food Standards and Labeling Policy. Manufacturers letters will NOT be accepted in lieu oflabeling. Size of patty to be determined locally and size noted on bid, 3000, LB;
LI 005: Meats, Chicken, Boneless, Skinless, Raw, White Meat (Tender or Breast Meat), Frozen, A 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 ofcartilage and fat. Boneless breasts (excluding the attached tenderloin) must be free of tendons. Tendons normally associated withtenderloins are permitted. Tenderloins or boneless, skinless parts must be free of blood clots, bruises, cuts, tears, and holes in themuscle tissue. Slight discolorations and separation of the muscle tissue is permitted on boneless, skinless parts, provided it does notdetract from the appearance of the product. Boneless, skinless parts may be diced. The dicing process must result in size-reducedportions of meat that are intact, not mutilated, and with surfaces relatively smooth in appearance. Individual size-reduced portions ofmeat must be relatively uniform in size and shape, and consistent with the size reduction process. Unbreaded. Packed in poly bagboxes. 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 newcondition. Products produced or labeled with any phrase under religious exemption will be refused., 5000, LB;
LI 006: Meats, Fish Fillets, Raw, Individually Quick Frozen, Unglazed, Skin-on, Skin-on (white side only), or Skin-off (skinless), Practicallyboneless fillet. U.S. Grade A or B. Acceptable types include Tilapia, Cod, Haddock, Hake, Flounder, Sole, Turbot, Plaice, or Halibut.(Grade Standards are separate for Cod, Flounder, Sole, and Haddock and must comply with those standards). Fillets are slices ofpractically boneless fish flesh of irregular size and shape, which are removed from the carcass by cuts made parallel to the backboneand sections of such fillets cut so as to facilitate packing. 100% net weight, No water or glaze weight added. Fish portion must meetweight requirements when thawed and drained, Delivered cases must be labeled 100% net weight. Manufacturers letters will not beaccepted in lieu of labeling. Note type and size on bid. 4 to 7 oz, 2500, LB;
LI 007: Frankfurters (Hot Dogs), Fully Cooked, Frozen, Turkey or Chicken (or combination), 6 inch, 10:1 Ratio, Skinless, Without non-meatbinders and extenders or With non-meat binders and extenders (such as nonfat dry milk, wheat, rice, soy flour, or soy proteinconcentrate. (IMPS 800, Major Ingredient P or P1 OR CID A-A-20341, Meat Species IV or V, Size A, Ratio 1, Non-meat binders andextenders (a) or (b). Finished product will not contain more than 30% fat or no more than 10% added water, or a combination of 40% fatand added water. Non-meat binders and extenders may be used up to 3.5% or isolated soy protein may be used up to 2% in thefrankfurters per 9 CFR § 424.21 (c). All ingredients in the product must be listed in the ingredients statement on the label in order ofpredominance, from highest to lowest amounts in accordance with the USDA FSIS Standards and Labeling Policy. Manufacturersletters will NOT be accepted in lieu of labeling., 2500, LB;
LI 008: Turkey, Boneless, Roast, Raw, Natural, Boned Rolled and Tied, netted or in roasting pack. Breast meat or breast/thigh meat (8-12 lbeach) 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, 3500, EA;
LI 009: Margarine, Reddies, All Vegetable. 90 patties per lb on paper chips, 12 lbs per case= 1080EA. Margarine shall comply with all applicable Federalregulations including those contained in the Food And Drug Standard of Identity for Margarine (21 CFR Part 166) and must conform toUSDA 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., 25, EA;
LI 010: Margarine, Bulk, 30 lb case, 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.Remove from weekly produce., 50, CS;
LI 011: Taco Shells, Corn, U Shaped, Enriched, 200 PER CASE. (CID A-A-20143B, Type III, Style A, Shape b, Enrichment type i). Each. State case count on bid., 50, CS;
LI 012: Beans, Garbanzo (Chick Peas), Canned, In Brine, Meatless. (CID AA-20134D, Type I, Class J, Style 1, Nutrient content claim d,Agricultural practice (1)). 6/#10 cans per case, 28, CS;
LI 013: Beans, Pea (Navy Beans). (CID A-A-20134D, Type I, Class A, Style 1), Nutrient content claim d, Agricultural practice (1). 6/#10 cans percase, 28, CS;
LI 014: 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 Identify 21 CFR 155.200. Originated from cropsthat have been 100 percent grown, processed and packed in the United States or Canada. 6/#10 cans or pouches per case. State canor pouch on bid., 112, CS;
LI 015: 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 havebeen 100 percent grown, processed, and packed in the United States or Canada. 6/#10 cans or pouches per case. State can or pouchon bid.State can or pouch on bid., 112, CS;
LI 016: 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 orPouches per case. State can or pouch on bid., 56, CS;
LI 017: Cereal, Prepared, Ready to Eat, Wheat, Bran Flakes, made from Whole grains or combination of whole and refined grains. (CID A-A-20000E, Type I, Class 5, Grain Composition a or b, Fiber 2), Sodium (a), Packaging type (vii), Agricultural practice (aa)). Bulk packagerange 12 to 40 lb case. Specify case weight on bid., 50, LB;
LI 018: Cereal, Rolled Oats, Quick cooking, Unflavored, Any Style, Any container size (CID A-A-20090F, Type II, Flavor A, Style 1 - 3, Containersize n), 50, LB;
LI 019: Vegetable, Corn, Whole Kernel (Whole Grain), Canned, Conventional or Supersweet, Golden (or yellow), Grade A C. As defined inFood and Drug Standard of Identity 21 CFR 155.130. Originated from crops that have been 100 percent grown, processed, and packedin the United States or Canada. 6/#10 cans or pouches per case. State can or pouch on bid, 56, CS;
LI 020: Corn Starch, Unmodified, regular, native or common, fine or coarse powder., 20, LB;
LI 021: Flour, All Purpose wheat flour, or Bakers Wheat Flour, Unbleached or Bleached. (CID A-A-20126H, Type I (Class 1-3), II (Class 1-2) orIII (Class 1-5) VI, Style A or Style B, Protein level a-d, Packaging type 1) Size g-j, Agricultural practice i ). 50 lb bags, 150, LB;
LI 022: 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 fromcrops 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 023: Jelly, Fruit, Standardized, variety, Apple, Apricot, Cherry, Grape, Orange, Peach, Raspberry, or Strawberry, Regular or Reduced Sugar,U.S. Grade A or Equivalent (CID A-A-20078C, Kind A, B, F, M, R, S, Y, or AA, Style 1 or 2, Finished product quality a or b. 10 GramIndividual Portion Each. Specify case count and kind on bid, 70, EA;
LI 024: Lime Juice, Quarts, 36, QT;
LI 025: Vegetable, Mixed (5-way mix including carrots, green beans, peas, corn, and lima beans), Canned, With Salt, Without Salt, No SaltAdded, Low Sodium, or Other, (CID A-A-20120E, Type II, Style A, B, C, D, or E). Minimum Drain Weight of 64 oz. Originated fromcrops 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 026: Pickle, Relish, Sweet (mild or regular), Bulk, Cured. Product will comply with the United States Standards for Grades of Pickles (55 FR11905). Grade A or B. 4/1 Gallon Plastic Containers per case, 20, GAL;
LI 027: Chips, Potato, 1 oz sealed individual package, various flavors. Note case count and flavors in bid. 60 COUNT CS, 60, EA;
LI 028: Rice, U.S. Grade No. 1 or 2, Long Grain MILLED Rice, Parboiled Light, 100, LB;
LI 029: Oils, Salad, Vegetable, Canola (rapeseed), Corn, Cottonseed, Olive (refined), Peanut, Safflower, Soybean, Sesame, Sunflower, or anyother vegetable oils or combinations of these oils. (CID A-A-20091E, Type II, Style 1, Saturated fat level a, Agricultral practice (i)).Gallons, Half Gallons, 5 Gallon Containers, or 35 lb Containers. Note size of container and case size on bid, 60, GAL;
LI 030: Salt, Food Grade or Table, Iodized. Packaging must indicate actual delivered weight of product. Pure no additives, extenders, foreignmatter, or flow agents. Product may contain an Anti-Caking Agent. Bulk. Specify package size on bid, 500, LB;
LI 031: 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 DrugStandard of Identity 21 CFR 51.990. Originated from crops that have been 100 percent grown, processed, and packed in the UnitedStates or Canada, 6/#10 cans or pouches per case. State can or pouch on bid., 56, CS;
LI 032: Tomatoes, Canned, Diced, as defined in the standard of identity for canned tomatoes (21 CFR 155.190). U.S. Grade A C, AverageDrained weight of 54.7 to 63.5 ounces per #10 can/pouch. 6/#10 cans or pouches per case. State can or pouch on bid., 56, CS;
LI 033: Flour, Whole Wheat Bakers, 50 Pound bags, 100, LB;
LI 034: Vegetable, Potatoes, French Fries, Frozen, Institutional type, Straight Cut, Crinkle Cut, Slices, or Strips. Strips will be 3/8 x 3/8, 1/2 x1/4, 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., 120, LB;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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, FPC DULUTH 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. Sellers may submit bids during the specified period of time. FPC DULUTH 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 Sellers 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.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers 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 Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms offer and offeror refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms bid and bidder refer to an offer submitted in response to an Invitation for Bid (IFB). The term proposal refers to an offer submitted in response to a Request for Proposal (RFP). The terms quotation, quote, and quoter refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer.

Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison Marketplace 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).

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

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 sellers 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.
Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 1400
  • DULUTH , MN 55814
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 08, 2023 01:42 pm 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 >