Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

89--FCI TALLAHASSEE - Q4 FY23 Halal Menu

Expired
1139364Federal
General Info

Agency

Department Of Justice → Fci Tallahassee

View Agency

NAICS

311999 - All Other Miscellaneous Food Manufacturing

View NAICS

Place of Performance

501 Capital Circle NE, Tallahassee, FL, 32301, USA

Set-Aside

SBA
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Combined Synopsis

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Justice → Fci Tallahassee
Contacts1 person available
OfficeTALLAHASSEE, FL, 32301, USA
Organization / Agency
Department Of Justice → Fci Tallahassee
View Agency Profile
Office Address

TALLAHASSEE, FL, 32301, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
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 1139364 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 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: 2023-06-02 13:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be TALLAHASSEE, FL 32301 The DOJ BOP Field Offices-FCI TALLAHASSEE requires the following items, Meet or Exceed, to the following: LI 001: Certified Halal - 14 ounce Fish Fillet Meal consisting of: - 4 ounce-weight Fish Fillet cut from solid muscle fillet block pollack, whiting, 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, 12, EA; LI 002: Certified Halal 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 - 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, 1, EA; LI 003: Certified Halal Meat - 16 ounce Chicken Wing Meal consisting of: - 5 ounce-weight Bone-in Chicken Wings - 2 ounce-weight BBQ Sauce - 5 ounce-weight Mashed Potatoes - 4 ounce-weight Mixed Vegetables, 1, EA; LI 004: Certified Halal - 7 Ounce Cheese Omelet Meal consisting of: - 3 ounce-weight Plain Egg Omelet - 1 ounce cheese - 3 ounce Potatoes, 1, EA; LI 005: Certified Halal - 7 Ounce Spanish Omelet Meal consisting of: - 3 ounce-weight Plain Egg Omelet - 1 ounce Spanish Sauce - 3 ounce Potatoes, 1, 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 TALLAHASSEE 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 TALLAHASSEE 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 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.

Similar Contracts

NAICS: 311999
New
State

Farmers Market Prepared and Pre-packaged Food Vendors Main Street and Pico Markets

The contract solicits prepared and pre-packaged food vendors for participation in the Santa Monica Farmers Markets, specifically at the Main Street and Pico Markets. Established since 1981, the Santa Monica Farmers Market program is dedicated to promoting healthy eating and sustainable agriculture by connecting small California farms with urban consumers. The City of Santa Monica oversees four year-round Certified Farmers Markets, with the solicitation aiming to secure vendors that offer high-quality, unique foods that complement local farm products while supporting the markets’ mission of sustainability and community engagement. Vendor participation involves strict compliance with quality standards, offering a diverse product mix that enhances consumer value and experience. Administratively, this solicitation (No. 2025-RFP-00128) is issued by the City of Santa Monica’s Economic Development Department, with proposals due electronically via the City’s OpenGov portal by April 6, 2026. The contractual framework emphasizes compliance with California labor laws, including prevailing wage requirements, worker protections, licensing, OSHA standards, and immigration compliance. Insurance coverage from A.M. Best rated carriers is mandatory, with specific requirements for general liability, automobile liability, and workers’ compensation insurance applying to both contractors and subcontractors. The City retains audit and compliance monitoring rights and enforces penalties for undocumented workers, wage violations, or failure to provide certified payroll. The contract requires adherence to robust data security and privacy standards when applicable, including compliance with frameworks like NIST and SOC 2, ensuring data residency within the United States and allowing City audits of security measures. The contract does not specify exact pricing or contract value but references undefined budget caps and requires submissions conforming to detailed RFP instructions and formats. Delivery and performance occur primarily at the Santa Monica marketplaces, with the City responsible for inspection and acceptance based on product quality and adherence to the market’s core mission. Contract execution allows for electronic signatures and includes provisions for termination, indemnification, insurance verification, and professional standards of conduct. Special contract requirements highlight strict local rules rather than federal FAR clauses, focusing on legal, labor, safety, and insurance compliance. Overall, this solicitation aims to ensure a diverse, high-quality vendor presence that supports sustainable agriculture while meeting rigorous legal and community standards.

Economic Development

POSTED

about 15 hours ago

DEADLINE

in 27 days

View Details
NAICS: 311999
New
Federal

3RD QTR FY26 - BREAD, EGGS, DAIRY - PETERSBURG

The contract solicitation seeks bids for the supply of bread, dairy, and eggs for the third quarter of fiscal year 2026 to the Federal Correctional Complex in Petersburg, Virginia. It is a firm-fixed-price contract with deliveries to be made FOB Destination at the FCC Petersburg warehouse in Hopewell, Virginia. Delivery is accepted Monday through Friday from 7:30 a.m. to 2:00 p.m., excluding holidays, with all items required to be received by April 24, 2026. The delivery schedule will be managed by the Food Service Administrator or their designee, and the government reserves the right to modify schedules as necessary. Awards may be made by item, group of items, or aggregate based on what is most advantageous to the government, considering price, delivery, and past performance. The solicitation will be released on March 9, 2026, with responses due by 4:00 p.m. EST on March 18, 2026. It is a total small business set-aside, and interested vendors must complete registration and certification requirements in the System for Award Management (SAM), using their Unique Entity Identification (UEI). Quotes can be submitted by mail, fax, or email, with Adam McCarter serving as the primary contact for the solicitation. Payment methods may include Electronic Funds Transfer or Government Purchase Card. The government encourages participation from faith-based and community-based organizations that meet eligibility criteria. The solicitation and any amendments will be available via the GSA’s Federal Business Opportunities website.

Fci Petersburg

POSTED

1 day ago

DEADLINE

in 8 days

View Details
NAICS: 311999
New
Federal

3RD QTR FY26 - KOSHER, HALAL, SUBSISTENCE - PET

The contract solicitation number 15B11426Q00000008, titled "3RD QTR FY26 - KOSHER, HALAL, SUBSISTENCE - PET," pertains to the procurement of kosher, halal, and subsistence food items for the Federal Bureau of Prisons, Federal Correctional Complex in Petersburg, Virginia. This is a firm-fixed-price contract with delivery required by April 24, 2026. All deliveries must be made to the FCC Petersburg warehouse located at 1060 River Road, Hopewell, Virginia 23860, Monday through Friday between 7:30 a.m. and 2:00 p.m., excluding holidays. Delivery schedules will be coordinated by the Food Service Administrator or their designee and may be adjusted as necessary. The government reserves the right to award the contract either by individual items, groups of items, or as an aggregate, favoring the best overall value considering price, delivery, and past performance. The solicitation will be released on March 9, 2026, and responses are due by 4:00 p.m. EST on March 18, 2026. This opportunity is a total small business set-aside under NAICS code 311999. Vendors must be registered in the System for Award Management (SAM) and submit signed quotes via mail, fax, or email to the designated contract specialist, Adam McCarter. The government retains discretion over payment methods, which can include Electronic Funds Transfer or Government Purchase Card. Faith-based and community-based organizations are eligible to compete equally. All updates and amendments to the solicitation will be posted on the General Services Administration’s Federal Business Opportunities website, and interested parties are responsible for monitoring this site for the latest information.

Fci Petersburg

POSTED

1 day ago

DEADLINE

in 8 days

View Details
NAICS: 311999
New
Federal

FCI MIAMI, FL SUBSISTENCE MEAT RELIGIOUS DIET DAIRY BREAD REQUIREMENTS 3RD QTR FY26

This solicitation, issued by the U.S. Department of Justice, Federal Bureau of Prisons, Field Acquisition Office on behalf of the Federal Correctional Institute in Miami, requests quotations for subsistence items including religious diets, meat, dairy, and bread requirements for the third quarter of fiscal year 2026. The procurement is a total small business set-aside under NAICS codes 311999 (other animal food manufacturing) and 311511 (fluid milk manufacturing) with respective small business size standards. The solicitation, numbered 15B30926Q00000004, is a combined synopsis/solicitation inviting offers for delivery within 21 calendar days after receipt of order, with delivery FOB destination to FCI Miami. The government anticipates making multiple awards based on best value determined by price and past performance, including criteria focused on timeliness and order accuracy. Offers must be submitted electronically by 1:00 p.m. EST on March 16, 2026, to designated contract specialists via email; no fax, mail, or hand delivery is accepted. Award amounts exceeding $15,000 will be issued under firm-fixed-price purchase orders, with smaller amounts handled via government purchase card transactions. Written acceptance of awards is required within 48 hours of receipt. All relevant solicitation information, amendments, and notices will be posted on SAM.gov, and interested vendors must monitor this site to stay updated.

Fao

POSTED

1 day ago

DEADLINE

in 6 days

View Details