Indiana Bids > Bid Detail

89--FCI TERRE HAUTE - Q2 FY23 Kosher Menu

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159453163534462
Posted Date: Nov 18, 2022
Due Date: Dec 1, 2022
Solicitation No: 15B41823Q00000006
Source: https://sam.gov/opp/13937b0397...
Follow
89--FCI TERRE HAUTE - Q2 FY23 Kosher Menu
Active
Contract Opportunity
Notice ID
15B41823Q00000006
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
USP TERRE HAUTE
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: Nov 18, 2022 08:30 am EST
  • Original Date Offers Due: Dec 01, 2022 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 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:
    4700 Bureau Road South , IN 47802
    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 15B41823Q00000006 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 2022-08. 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:

2022-12-01 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Terre Haute, IN 47802

The DOJ BOP FIELD OFFICES - FCI TERRE HAUTE requires the following items, Meet or Exceed, to the following:
LI 001: Kosher Parve - 14 ounce Fish Fillet Meal consisting of:
- 4 ounce-weight Fish Fillet cut from solid muscle fillet block flounder, cod, tilapia: or other white fish flesh fillet (not Breaded)
- 2 ounce-weight Tomato Sauce
- 4 ounce-weight White Rice
- 4 ounce-weight Mature Lima Beans, 708, EA;
LI 002: Kosher Meat - 18 Ounce Beans and Franks Meal consisting of:
- 4 ounce Beef Franks or Cocktail Franks no artificial colors,
- 8 ounce-weight Vegetarian Beans w/Tomato Sauce
- 6 ounce-weight Diced Potatoes
- The finished product of the Beef Frank may not contain more than 3.5% of a non-dairy/non-meat binders and extenders or 2% isolated soy protein may be used, but must be shown in the ingredients
statement on the product's label by its common name., 756, EA;
LI 003: Kosher Meat - 16 ounce Chicken Wing Meal consisting of:
-5 ounce weight – Bone-in Chicken Wings
- 2 ounce weight – BBQ Sauce
- 5 ounce weight – Mashed Potato
- 4 ounce weight – Mixed Vegetables, 792, EA;
LI 004: Kosher Meat - 20 Ounce Chicken Cacciatore Meal consisting of:
Chicken Cacciatore made from:
- 4 ounce-weight Breaded Chicken Nuggets made from chunked and formed white meat, (not from mechanically de-boned meat), Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer)
- 4 ounce-weight Tomato Sauce
- 4 ounce-weight Diced Tomatoes
- 1/2 ounce-weight Mushrooms
- 1/2 ounce-weight diced Onion, Garlic, spices and vegetable oil
- 3 ounce-weight Pasta Macaroni
- 4 ounce-weight Sliced or Diced Carrots, 312, EA;
LI 005: Kosher Meat - 20 Ounce Chicken Chow Mein Meal consisting of:
Chicken Chow Mein entree made from:
- 4 ounce-weight Breaded Chicken Nuggets made from chunked and formed white meat (not from mechanically de-boned meat), Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer)
- 6 ounce-weight Gravy thickened w/corn starch
- 1 ounce-weight Celery, Bell Pepper and Onion
- 2 ounce-weight Green Beans
- 3.5 ounce-weight White Rice
- 3.5 ounce-weight Sweet Peas and Carrots, 444, EA;
LI 006: Kosher Meat - 16 Ounce Turkey Cutlet Meal consisting of:
- 4 ounce-weight Turkey Cutlet made from chunked and formed white meat (not from mechanically de-boned meat), Breaded (Combined breading and added ingredients may not exceed 35% including no more than 5% soy used as a stabilizer)
- 2 ounce-weight Gravy
- 6 ounce-weight Mashed Potatoes
- 4 ounce-weight Mixed Vegetables., 492, EA;
LI 007: Kosher Meat - 16 Ounce Meatloaf Meal consisting of:
- 4 ounce-weight Meatloaf (made with ground beef with not more than: 20% fat; 20% added ingredients)
- 2 ounce-weight Brown Gravy
- 6 ounce-weight Mashed Potatoes
- 4 ounce-weight Mixed Vegetables
- The finished product of the Meatloaf may not contain more than 3.5% of a non-dairy/non-meat binders and extenders or 2% isolated soy protein may be used, but must be shown in the ingredients statement on the product's label by its common name., 756, EA;
LI 008: Kosher Meat - 15 Ounce Hawaiian Meatballs with Rice Meal consisting of:
- 4 ounce weight – Cooked Beef Meatballs (made with ground beef with not more than: 20% fat; 20% added ingredients)
- 2 ounce weight – Sweet Hawaiian Sauce
- 5 ounce weight – Cooked White Rice
- 4 ounce weight – Green Beans, 708, EA;
LI 009: Kosher Meat - 20 Ounce Spaghetti and Meatballs Meal consisting of:
- 4 ounce-weight cooked Beef Meatballs (made with ground beef with not more than: 20% fat; 20% added ingredients)
- 5 ounce-weight Spaghetti Pasta
- 3 ounce-weight Tomato Sauce
- 8 ounce-weight Sweet Peas
- The finished product of the Meatball may not contain more than 3.5% of a non-dairy/non-meat binders and extenders or 2% isolated soy protein may be used, but must be shown in the ingredients statement on the product's label by its common name., 792, EA;
LI 010: Kosher Parve - 16 Ounce Pasta with Vegetable Protein Meat Sauce Meal consisting of: Vegetable Protein Meat Sauce made from:
- 0.5 ounce weight – Mushrooms,
- 6.5 ounce weight – Pre-Flavored Textured Soy Protein. Pre-flavored to mimic Beef and Italian Sausage. Product to be Vegan.
- 5 ounce-weight Cooked Elbow Pasta
- 4 ounce-weight Green Beans, 696, EA;
LI 011: Kosher Dairy - 16 Ounce Vegetable Protein Lasagna Meal consisting of: Vegetable Protein Meat Sauce made from:
- 0.5 ounce weight – Mushrooms,
- 6.5 ounce weight – Pre-Flavored Textured Soy Protein. Pre-flavored to mimic Beef and Italian Sausage. Product to be Vegan.
- 5 ounce-weight Cooked Ricotta Cheese Roll-up
- 4 ounce-weight Green Beans, 816, EA;
LI 012: Kosher Dairy - 7 Ounce Cheese Omelet Meal consisting of:
- 3 ounce-weight Plain Egg Omelet
- 1 ounce cheese
- 3 ounce Potatoes, 312, EA;
LI 013: Kosher Dairy - 7 Ounce Spanish Omelet Meal consisting of:
- 3 ounce-weight Plain Egg Omelet
- 1 ounce Spanish Sauce
- 3 ounce Potatoes, 528, EA;
LI 014: Kosher 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 kosher certification hechsher., 750, EA;
LI 015: Kosher Tuna, Chunk Light in Water, Individual. 4 - 6 ounce each package. EACH. Tuna can be a product of the U.S. or other foreign country that meets the requirements of 21CFR123.12. Product may contain soy and/or vegetable broth. *Each individual package must be marked with the kosher
certification hechsher. Total amount may be adjusted to the next highest case count., 840, EA;
LI 016: Kosher Cereal, Any Type, Any Style, and any grain composition. (CID A-A-20000D, Any Type, Any Class, Any Grain Composition). .81 oz to 2 oz individual package. EACH. Total amount may be adjusted to the next highest case count. *Each individual package must be marked with the kosher certification hechsher., 14224, EA;
LI 017: Kosher Oatmeal, Instant, Plain, Individual Packet. EACH. 1 ounce Package. Total amount may be adjusted to the next highest case count., 4000, EA;
LI 018: Kosher Farina, Instant, Plain, Individual Packet. EACH. 1 ounce Package. Total amount may be adjusted to the next higher case count., 5000, EA;
LI 019: Kosher Vegetable Juice, 5 to 7 ounce Sealed Pouch or Can. EACH. Certified Kosher Parve. Can must have easy open top. Juice must be tomato based with at least five additional vegetable products in the juice. *Each individual package must be marked with the kosher certification hechsher. Total
amount may be adjusted to the next highest case count., 9120, EA;
LI 020: Kosher Potato Chips, Individual Package. EACH. 1 Ounce Sealed Individual Package, Certified Kosher Parve, See Delivery Schedule. *Each individual package must be marked with the kosher certification
hechsher. Total amount may be adjusted to the next highest case count., 30000, EA;
LI 021: Kosher Margarine, 1/2 Ounce Sealed Individual Package. EACH. Shelf Stable, Certified Kosher Parve. packet size on bid. *Each individual
package must be marked with the kosher certification hechsher. Total amount may be adjusted to the next highest case count., 280000, EA;
LI 022: Kosher Coffee, Instant, Individual Serving Packet, Each Packets Makes 1 - 8 Ounce Serving When Reconstituted. EACH. Total amount may be adjusted to the next highest case count. Certified Kosher. *Each individual package must be marked with the kosher certification hechsher., 136000, EA;
LI 023: Kosher Fruit Flavored Drink Powder, Individual Service Packet, Each Packets Makes 1 - 8 Ounce Serving When Reconstituted. EACH. Total amount may be adjusted to the next highest case count. Certified Kosher Parve., 31000, EA;
LI 024: Certified Kosher Parve - Pastries, Desserts, Assorted, Individual, Fresh or Frozen, Thaw and Serve, (Cookies, Cakes, Pies, etc.). EACH. *Each individual package must be marked with the kosher certification hechsher. Specify Item and size on bid. Total amount may be adjusted to the next highest case count., 10000, EA;
LI 025: Kosher Dressing, Low Cal, Individual Packet. EACH. 9 Gram - 28.35 Gram Packet, Certified Kosher Parve, CID A-A-20162B, Type IV. *Each individual package must be marked with the kosher certification hechsher. Specify Class, Style, and size on bid. Total amount may be adjusted to the next
highest case count. NO IPS, WINSTON, LUCKY, ELWOOD, NO RELABELED OR HOUSE BRANDS. KRAFT, HELLMAN NAME BRAND PRODUCT KOSHER, 28000, EA;
LI 026: Kosher Dressing, Salad, Mayo Style, Individual Packet. EACH. 9 Gram, Certified Kosher Parve, CID A- A-20140D, Type II, Style A. *Each individual package must be marked with the kosher certification
hechsher. Total amount may be adjusted to the next highest case count., 16800, 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 - FCI TERRE HAUTE 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 - FCI TERRE HAUTE 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.

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.

Award will be contingent upon successful product sampling. The Government may request product sampling for this requirement. Sampling date and time will be scheduled between Government and vendor.

PAST PERFORMANCE WILL BE A CONSIDERATION FOR AWARD

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
  • 4200 BUREAU ROAD SOUTH
  • TERRE HAUTE , IN 47802
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 18, 2022 08:30 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 >