FCI Englewood- 2nd Quarter Subsistence

Agency: JUSTICE, DEPARTMENT OF
State: Colorado
Type of Government: Federal
Category:
  • 89 - Subsistence (Food)
Posted: Dec 8, 2022
Due: Dec 20, 2022
Solicitation No: 15B40323Q00000001
Publication URL: To access bid details, please log in.
Follow
89--FCI Englewood- 2nd Quarter Subsistence
Active
Contract Opportunity
Notice ID
15B40323Q00000001
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI ENGLEWOOD
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: Dec 08, 2022 04:26 pm EST
  • Original Date Offers Due: Dec 20, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 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:
    9595 W. QUINCY AVE. Littleton , CO 80123
    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 15B40323Q00000001 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 2023-01. 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:

2022-12-20 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Littleton, CO 80123

The DOJ BOP Field Offices - FCI ENGLEWOOD requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: Beef Patty
Meats, Beef, Ground, Patties, IMPS 1136, 80% Lean, Frozen,
Round in Shape, with Paper Separation or Individually Quick
Frozen. Ground Beef Patties shall consist of chopped fresh and/
or frozen beef without seasoning. In addition product must be
produced from current raw material, no bench trimmings, steak
trim, or re-ground product to be used as raw material. Finished
product shall not contain more than 20 percent fat, and shall
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 CLEARLY ON THE LABEL, (NO
STAMPED OR WRITTEN DATES ALLOWED). When beef cheek
meat (trimmed beef cheeks) is used in the preparation, the amount
of such meat shall be limited to 25 percent; (NO ORGAN OR
TONGUE MEAT) Delivered cases must be labeled Beef, All Beef,
Pure Beef, or 100% Beef and with fat percentage. Manufacturer’s
letters will NOT be accepted in lieu of labeling. Upon delivery,
product must have a rosy red appearance. Product that is grey,
brown or tan in color will be rejected. Product to be packed in
10 to 60 lb cases. 1 mil or thicker bags. Patties will be packed
in boxes completely lined with plastic bags. The open end of the
bag will overlap at the top to completely cover the product. Size of
patty to be determined locally, 5000, LB;
LI 002: Beef Ground
Meats, Beef, Ground, 80% Lean, IMPS 136, delivered Frozen.
Ground Beef shall consist of chopped fresh and/or frozen beef
without seasoning. In addition product must be produced from
current raw material, no bench trimmings, steak trim, or re-ground
product to be used as raw material. Finished product shall not
contain more than 20 percent fat, and shall 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 CLEARLY ON THE LABEL, (NO STAMPED OR WRITTEN
DATES ALLOWED). When beef cheek meat (trimmed beef
cheeks) is used in the preparation, the amount of such meat
shall be limited to 25 percent; (NO ORGAN OR TONGUE MEAT)
Delivered cases must be labeled Beef, All Beef, Pure Beef, or
100% Beef and with fat percentage. Manufacturer’s letters will
NOT be accepted in lieu of labeling. Upon delivery, product must
have a rosy red appearance. Product 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. Note weight of packaging and case
size on bid. Must be a minimum of 4 months from the best buy
date upon delivery, no exceptions., 15000, LB;
LI 003: Roast Beef
Meats, Beef Roast, Beef Top or Bottom Round (Gooseneck),or
Stip Loin, Boneless. IMPS 168, 169, 169A, 170, 170A, 171B, 180.
Frozen, weight range approximately 12 to 28 lb. Quote MUST
indicate actual IMPS & average roast weight of quoted item. Must
be a minimum of 4 months from the best buy date upon delivery,
no exceptions., 2000, LB;
LI 004: Chicken Patties
Meats, Chicken, Filet, 4-5 oz, Whole Muscle, No mechanically
separated chicken (comminuted), previously cooked chicken meat,
or MSG may be used in product, 100% white meat, Breaded.
(CID A-A-20276A, Type VI, Style A, Meat Type (b), Form 1, Shape
(b). Individually Quick Frozen. Vegetable oil shall be used as the
frying medium. Combined batter and breading shall not exceed
30% by weight and will be evenly coated. All ingredients in the
product must be listed in the ingredients statement in order of
predominance, from highest to lowest amounts in accordance with
the USDA Food Safety Inspection Service (FSIS) Food Standards
and Labeling Policy. Manufacturer’s letters will NOT be accepted
in lieu of labeling. Size of patty to be determined locally and size
noted on bid., 8000, LB;
LI 005: Chicken Boneless/Skinless
Meats, Chicken, Boneless, Skinless, Raw, White Meat (Tender or
Breast Meat), Frozen, A or B 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 of cartilage and fat. Boneless breasts (excluding the attached
tenderloin) must be free of tendons. Tendons normally associated
with tenderloins are permitted. Tenderloins or boneless, skinless
parts must be free of blood clots, bruises, cuts, tears, and holes
in the muscle tissue. Slight discolorations and separation of the
muscle tissue is permitted on boneless, skinless parts, provided it
does not detract from the appearance of the product. Boneless,
skinless parts may be diced. The dicing process must result
in size-reduced portions of meat that are intact, not mutilated,
and with surfaces relatively smooth in appearance. Individual
size-reduced portions of meat must be relatively uniform in size
and shape, and consistent with the size reduction process.
Unbreaded. Packed in poly bag boxes. 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 new condition. Products
produced or labeled with any phrase, 20000, LB;
LI 006: Hot Dogs
Meats, Frankfurters (Hot Dogs), Fully Cooked, Frozen, Beef, 6
inch, 8:1 or 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, dried whole milk, and/or
calcium-reduced dried skim milk. (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 binders and extenders
(a) or (b), Nutrient content claim (1) or (2), Links per pound of
meat ratio (iii) or (iv), Package size (gg), Agricultural 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 binders and extenders in the frankfurters 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., 1500, LB;
LI 007: Fish Fillet, Raw
Meats, Fish Fillets, Raw, Individually Quick Frozen, Unglazed,
Skin-on, Skin-on (white side only), or Skin-off (skinless), Practically
boneless 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 of practically boneless fish flesh of irregular size and
shape, which are removed from the carcass by cuts made parallel
to the backbone and sections of such fillets cut so as to facilitate
packing. 100% net weight, No water or glaze weight added. Fish
portion must meet weight requirements when thawed and drained,
Delivered cases must be labeled 100% net weight. Manufacturer’s letters will not be accepted in lieu of labeling. Note type and size
on bid. 4 to 7 oz., 5000, LB;
LI 008: Chicken Leg Quarters
Meats, Chicken, Quartered, Ready to Cook, Frozen, Broiler
Quarters, U.S. Grade A., United States Classes, Standards
and Grades for Poultry Agricultural Marketing Service (AMS)
70.200 et seq. Unbreaded. Delivered amounts are to be uniform
in portion size and not random sizing. Quotes must identify
portion size being offered. Portion size not to be smaller than 12
ounces and not to exceed 20 ounces. Packed in poly bag boxes.
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 new
condition. Products produced or labeled with any phrase “under
religious exemption” will be refused., 8000, LB;
LI 009: Italian Sausage
Meats, 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, 2000, LB;
LI 010: Pork Roast
Meats, Pork Roast, Pork Shoulder, Boston Butt, Boneless, Raw,
IMPS 406A, Frozen, No Paper Wrapping, Weight Range A or B,
4 to 10 lb. Quote MUST indicate average roast weight of quoted
item, 2500, LB;
LI 011: Turkey Roast
Meats, Turkey, Boneless, Skinless, Whole Muscle Breast, Fully
Cooked, Frozen. US Grade A, 3 – 6 lb range. Product shall
be produced from non-basted, U.S. Grade A turkey breasts from
freshly harvested young turkeys (AMS 70.202(b)). Individually
packaged in moisture proof plastic film bags, packed with a
minimum 6 breasts per case. May contain up to 18% solution of
water. Products produced or labeled with any phrase related to
“under religious exemption” will be refused., 5000, LB;
LI 012: Cheese, Cheddar
Cheese, Cheddar, U.S. Grade AA or A, CID-A-A-20208C, Type
I - Cheddar cheese (21 Code of Federal Regulations (CFR)
§133.113), Style A, B, D , K (loaf, shredded coarse), Shred
size 1, 2, or 3, Agricultural practice (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 133.113). 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. SHREDDED ONLY, no mixture-cheddar cheese only
will be accepted, 3000, LB;
LI 013: Cheese, Mozzarella
Cheese, Mozzarella, Low-moisture Mozzarella, Part-skim
Mozzarella, Low-moisture Part-skim Mozzarella. (CID-AA-
20248C) The mozzarella cheese must conform to the following
list. Type I, II, III, or IV. Style A - Block (loaf), frozen, Style B -
Shredded, individually quick frozen (IQF) or Style J - Sliced or
Diced forms. Shred size 1,2, or 3. Agricultrual practice a. Milk fat
range between 30.0 to 45.0 to 60.0 % on a dry basis depending on
type. Moisture content range between 45.0 to 60.0 % depending
on type. All ingredients must be declared by their common or
usual name in descending order of predominance by weight.
Manufacturer’s letters will NOT be accepted in lieu of labeling.
Type and Style to be determined locally and size noted on bid.
Packaging of Primary Container: 5 lb to 40 lb sealed Bags or
containers. Mozzerela only, no mixtures, no mixtures will be
accepted. Shredded only, 3000, LB;
LI 014: Margarine, Bulk
Margarine, Bulk, 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.
Must be packaged in 1lb blocks, 30lbs per case., 2000, LB;
LI 015: Margarine, Reddies
Margarine, Reddies, All Vegetable. 90 patties per lb on paper
chips, 12 lbs per case. 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. Must be in
1/2oz individual tubs, must be labeled kosher parve., 100000, EA;
LI 016: Taco Shells
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., 20000, EA;
LI 017: Flour Tortillas
Tortillas, Wheat, White with spices or herbs, or Other. 10" in
diameter only, 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., 15000, EA;
LI 018: Beans - Pinto , Dry
Beans, Dry, Kidney or Red, Whole, U.S. Grade 1 - 3, 8000, LB;
LI 019: Beans - Black, Dry
Beans, Dry, Black Beans, Whole, U.S. Grade 1 - 3, 8000, LB;
LI 020: Corn - Canned
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 cans or pouches per case or 6/75 oz vac-pack cans per case.
State type of can or pouch on bid., 300, CS;
LI 021: Carrots - Canned
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 or pouches per case. State
can or pouch on bid., 200, CS;
LI 022: Peas - Canned
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 or pouches
per case. State can or pouch on bid., 200, CS;
LI 023: Mixed Vegetables - Canned
Vegetable, Mixed (5-7 way blend mix including carrots, potatoes,
green beans, peas, corn, lima beans, and celery), Canned, With
Salt, With Salt and onion flavoring, No Salt Added, Low Sodium,
or Other. (CID A-A-20120F, Type I, Type II, Style A, B, C, D, or
E; Container size 4). 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 or pouches
per case. State can or pouch on bid., 150, CS;
LI 024: Beets - Canned
Vegetable, Beets, Canned, Whole, Slices, Quarters, Diced,
Julienne, French Style or Cut. Minimum drain weight 64 oz. U.S.
Grade A, 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 or pouches per case. State
can or pouch on bid., 100, CS;
LI 025: Green Beans - Canned
Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise, or
French Style, Round Tye, 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 or pouches
per case. State can or pouch on bid., 350, CS;
LI 026: Oatmeal - Bulk
Cereal, Rolled Oats, Quick cooking, Unflavored, Any Style, Any
container size (CID A-A-20090F, Type II, Flavor A, Style 1 - 3,
Container size n), 13000, LB;
LI 027: Flour
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) or III (Class 1-5) VI, Style A or Style B, Protein level a-d,
Packaging type 1) Size g-j, Agricultural practice i )., 7000, LB;
LI 028: Pasta - Spaghetti
Pasta, Spaghetti, Long Form, Whole Wheat Blend, Whole
Wheat, or Regular. (CID A-A-20062F, Type VI, Style A, B, or C).
Enrichment type (A). 10 lb to 40 lb sealed bags., 1000, LB;
LI 029: Pasta - Elbow
Pasta, Macaroni, Elbow Form, Whole Wheat Blend, Whole
Wheat, or Regular. (CID A-A-20062F, Type I, Style A, B, or C).
Enrichment type (A). 10 lb to 40 lb sealed bags., 2500, LB;
LI 030: Pasta - Lasagna
Pasta, Lasagna Noodles, Curl or Flat Form, Whole Wheat Blend,
Whole Wheat, or Regular. (CID A-A-20062F, Type VIII, Class 1
of or 2, Style A, B, or C). Enrichment type (A). 1 lb to 40 lb sealed
bags, 500, LB;
LI 031: Pasta - Rotini
Pasta, Macaroni, Rotini Form, Whole Wheat Blend, Whole Wheat,
or Regular. (CID A-A-20062F, Type V, Style A, B, C, or D).
Enrichment type (A). 10 lb to 40 lb sealed bags., 2000, LB;
LI 032: Rice
Rice, U.S. Grade 1 or 2, Long Grain MILLED Rice, Parboiled Light, 20000, LB;
LI 033: French Fries
Vegetable, Potatoes, French Fries, Frozen, Institutional type,
Straight Cut, Crinkle Cut, Slices, or Strips. 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. OVENABLE ONLY
(Instructions on how to prepare in the oven are acceptable) U.S.
Grade A, U.S. Fancy, U.S. Grade B or U.S. Extra Standard. 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., 10000, LB;
LI 034: Syrup - Bulk
Syrup, Table, Regular or Light, Any flavor (CID A-A-20124E,
Type V, Style 1 or 2, Flavor A, B, C, D, or E.) Syrup shall be
manufactured in accordance with the U.S. Standard of Identity for
Table Syrup, 21 CFR 168.180. 4/1 Gallon Plastic Containers per
case. State flavor on bid. NO WINSTON BRAND PRODUCTS, 100, CS;
LI 035: French Toast
French Toast, Frozen, Regular or Low Fat, Any Flavor, Any Shape.
(CID A-A-20234B, Type II, Style A or B, Class 3, Flavor A, B, C, or
D, Shape 1 - 8). Each. State case count on bid., 5000, LB;
LI 036: Garlic Powder
Spices, Garlic, Powder. From dehydrated garlic bulb ground to
a fine powder after the milling process. 100% air dried garlic.
Appearance and Flavor Cream Brown Fine Powder with the
characteristic odor and flavor of garlic. No off notes. Texture - A
dry medium fine granular powder, slightly fibrous. Moisture less
than 12%. Packaging must indicate actual delivered weight of
product. Pure - no additives, extenders, foreign matter, or flow
agents. 5 lb to 50 lb sealed plastic containers or boxes. Note
package size on bid. Note price by the pound., 500, LB;

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 ENGLEWOOD intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FCI ENGLEWOOD 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 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 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).

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.FedBid.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 clientservices@fedbid.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.
Attachments/Links
Contact Information
Contracting Office Address
  • 9595 WEST QUINCY AVE
  • LITTLETON , CO 80123
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 08, 2022 04:26 pm ESTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow GAOA Building Improvements Creede Active Contract Opportunity Notice ID 1240LT24Q0013 Related Notice

AGRICULTURE, DEPARTMENT OF

Bid Due: 4/22/2024

Follow 3TES SCIF Door Installation Active Contract Opportunity Notice ID 3TES-SCIF-FY24 Related Notice

DEPT OF DEFENSE

Bid Due: 4/22/2024

Follow NAF OFF BASE PRIORITY CHILD CARE REFERRALS Active Contract Opportunity Notice ID

DEPT OF DEFENSE

Bid Due: 8/30/2028

Follow Notice of Intent Viasat Antenna SSJ Active Contract Opportunity Notice ID FA255024Q0409

DEPT OF DEFENSE

Bid Due: 4/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.