California Bids > Bid Detail

FY23 PASSOVER KOSHER FOOD ITEMS

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159936713355787
Posted Date: Feb 10, 2023
Due Date: Feb 15, 2023
Solicitation No: 15B61623Q00000007
Source: https://sam.gov/opp/5f20ffb003...
Follow
FY23 PASSOVER KOSHER FOOD ITEMS
Active
Contract Opportunity
Notice ID
15B61623Q00000007
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCC VICTORVILLE
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 09, 2023 01:19 pm PST
  • Original Published Date: Jan 27, 2023 12:13 pm PST
  • Updated Date Offers Due: Feb 15, 2023 09:00 am PST
  • Original Date Offers Due: Feb 03, 2023 09:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 02, 2023
  • Original Inactive Date: Feb 18, 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:
    Victorville , CA 92394
    USA
Description View Changes

General Information



The Federal Correctional Complex Victorville, Victorville, California, issued Solicitation Number 15B61623Q00000007, for the requirements of: FY23 PASSOVER Kosher Food Items. This solicitation is restricted to 100% Small Business Set-Aside.



The contract type is a firm-fixed price. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a Small Business Size Standard of 500 Employees. The solicitation is restricted to 100% Small Business.



Delivery will be FOB Destination in Victorville, California, 92394. Please ensure that you only bid on items that you can and will provide, meeting the provided specifications, during the requested delivery timeframe. If you cannot provide items that you were awarded, performance will be recorded and may affect future awards.



The Point of Contact for all information regarding this solicitation is Francisco DeJesus, Contract Specialist, fdejesus@bop.gov. This solicitation is issued as a Request for Quotation (RFQ), and distributed solely through the Federal Business Opportunities website, www.SAM.gov. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. The only format for answering questions and submission of bids will be through e-mail.



Submission of Quotations



Completed quotes may be submitted electronically via e-mail to fdejesus@bop.gov. All responsible sources must submit a written quote on the attached REQUEST FOR QUOTATION MOD 0001 FORM (STANDARD FORM 30), which will be considered for award. Along with your quote please submit your Certification Letter.



The date for receipts of quotes is no later than 9:00 a.m. Pacific Standard Time on Wednesday, February 15, 2023. Quotes must be marked with the Solicitation Number (15B61623Q00000007) and include the Quoter’s Unique Entity Identifier (not DUNS number) for SAM, point of contact for the vendor, and all required information, to the attention of Francisco DeJesus, Contract Specialist. Any questions regarding this requirement may be submitted to Francisco DeJesus, at fdejesus@bop.gov. (Normal working hours are 6:00am - 2:30pm PST, Monday - Friday. Please be cognizant when requesting responses.)



All pricing must be good for 30 days beyond anticipated award date. This includes shipping as FOB Destination.



Unless the Government indicates otherwise within a particular line-item description, each Bidder shall include in their RFQ Response, individual pricing for each line item(s) they are able to provide in order to be considered for award (i.e., Do not use the "included in another line item" function when pricing each line item.) Failure to comply with this term may results in the Bid being determined to be unacceptable.



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 that do not conform to descriptions found in this Buy will be rejected at the time of delivery, causing a return at the contractor's expense.



Religious Certification Requirements for Meals



All prepared foods purchased and served for this program will be certified by a nationally accepted Orthodox Kashrut Organization such as: OU - Union of Orthodox Jewish Congregations OK - Organized Kashrus Laboratories Star-K Kosher Certification KOF-K Supervision KAJ - K’hal Adas Jeshurun OKS - Organization of Orthodox Kashrus Supervision OV - Vaad Hoeir of Saint Louis Central Rabbinical Congress (CRC) of USA. If questions arise concerning certifications not listed above, contact the National Food Service Administrator.



All items must be Kosher Passover certified.



Also must send a certification for kosher with bid.



Kosher Items will not contain alcohol, emulsifiers, mind altering substances, enqymes and/or chemicals.



Award



The Government reserves the right to make a single award, or multiple awards, to the responsible quoter(s) whose quote(s), conforming to the solicitation, is considered to be most advantageous to the Government, with price being considered. Past performance will be considered approximately equal in value to price. The Best Value Determination method will be used to make award for this requirement. FAR defines “Best Value” as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. Please include shipping in all pricing, as FOB Destination. Considerations for this Best Value determination include: 1- Price; 2 – Past Performance, to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; (poor past performance, failure to delivery awarded items in the past, not meeting required specifications, etc.) may result with the vendor’s quote being considered as a non-responsible vendor; 3 – Technically Acceptable Item. NOTICE TO QUOTERS: Preference for a single award (all or none). Quotes to deliver all required items are considered advantageous to the government and will be evaluated with slight preference over quotes for line item awards.



Quoters may submit revised quotes in response to the amended RFQ and all quotes received will be evaluated.



Delivery



Deliveries will be made through the Institution’s Food Service Warehouse at the Federal Correctional Complex Victorville, Victorville, California, 13777 Air Expressway Blvd, Victorville, CA, 92394, all deliveries shall be complete no later than March 7, 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 5400
  • ADELANTO , CA 92301
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >