Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
DOCUMENT

89 -- Bread-Base + 4 option year solicitation-Nashvillw VAMC - Attachment

Notice Date
7/17/2014
 
Notice Type
Attachment
 
NAICS
311812 — Commercial Bakeries
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0724
 
Response Due
8/8/2014
 
Archive Date
9/7/2014
 
Point of Contact
Eric Lee
 
E-Mail Address
ee11@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Bread Products Nashville VA Medical Center 1. OVERVIEW: The contractor shall provide bread products to the VA Medical Center (hereafter referred to as the VA) located at 1310 24th Avenue South, Nashville, TN 37212. The VA intends to award a firm, fixed price contract for the provision of bread products. The quantities listed in the attached Pricing Schedule are estimated requirements for the Nutrition & Food Services. The contractor shall be a United States (US) Vendor and a US citizen. 2. SCOPE OF WORK: A. General: The scope of this requirement involves providing bread products, which conform to the specifications outlined and referenced herein to the VA's Nutrition & Food Service. Both of these services are located at the VA at 1310 24th Avenue South, Nashville, TN 37212. B. Quantities: The quantities listed in the attached Pricing List represent the estimated quantities that will be ordered over the base period and option year. The actual quantity ordered may vary from this estimate but shall not exceed the total estimated quantity for the base and option year without the prior written approval of the Contracting Officer. C. Period of Performance: The period of performance for the provision of bread products shall be a base period from October 01, 2014 through September 30, 2015 with four (4) one year option periods from October 01, 2015 through September 30, 2019. Central Contractor Registration (CCR): Federal Acquisition Regulation requires that federal contractors register in the Central Contractor Registration (CCR) database at http://www.ccr.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submitting their offer. D. The following items shall be delivered to the VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212. Deliveries must be made FOB destination on Monday and Thursday between 8:00 am and 11:00 am excluding national holidays. Requirements are for the period 10/01/2014 through 9/30/2015 with four one- year options to renew. Option Year 1 October 1, 2015 through September 30, 2016 Option Year 2 October 1, 2016 through September 30, 2017 Option Year 3 October 1, 2017 through September 30, 2018 Option Year 4 October 1, 2018 through September 30, 2019 Prices quoted should be F.O.B. destination. Alternate Items: Bids on alternate items other that those shown herein will be considered only if acceptable bids on required items are not received or do not satisfy the total estimated requirements. Such bids must clearly identify and explain the characteristics which differ from the required item. Quantities specified represent the Government's best estimates. However, actual requirements may be more or less than specified. In any event, the Contractor shall provide the amounts required at the prices offered. Basis for Award: A single award will be made to the responsive, responsible bidder providing the lowest total cost to the Government This procurement is conducted under the test program using simplified acquisition procedures for commercial items which is authorized by FAR subpart 13.5. This procurement is being conducted according to Part 12, 13, 14, and 15 of the FAR or some combination thereof. The Contractor agrees to provide the items listed above to the VAMC Nutrition & Food Services (or dietetics) during the period stated herewith. Deliveries shall be in such quantities and at such times as may be required in accordance with all terms, conditions, provisions and schedules of this contract. Contractor must bid on all items for the VAMC Nutrition & Food Services or their bid will be rejected as non-responsive. ***Please provide quote on tables below*** VAMC Nashville, TN Base Period - (October 01, 2014 through September 30, 2015) Item # DescriptionQuantityUnitUnit CostTotal Cost 1Bread, Type I (white, enriched), Product State 1 (fresh), Style B (regular), Bake type (i) (pan-baked), Shape (a) (round top.), Slice type (I) (sliced), Loaf size a, (20 oz.), Seed type (2) Seedless. Each Slice to weigh approximately 1 ounce. 400 Loaves 00.0000.00 2Bread, Type II (whole wheat), Product state 1 (fresh), Style B, (regular), Bake type (i) (pan-baked), Shape (a) (round top),Enrichment Type (A) Enriched, Slice type (I) (sliced), seed type (2) seedless, Loaf size c (20 oz.). Each slice to weigh approximately 1 ounce. 4400 Loaves 00.0000.00 3Rolls, Type I, (enriched), Class C (Sandwich, hamburger), Style 1 (white), Bake type a (pan-baked), Product state (a) (fresh), Seed type (i) (seedless) 12 per package, each bun to weigh between 1.75 - 2.5 oz.. 1200 Pkg 00.0000.00 4Rolls, Type I (enriched), Class E, (dinner), Style 1 (white), Bake type (a) (pan-baked), Unsliced (ii), Product State (a) (fresh), Seed type (I) (seedless) 24 per package. Each roll to weigh approximately 1 ounce.780Pkg 00.00 00.00 5Rolls, Type I (enriched), Style 1 (white), 6-inch Hoagie Roll, Hinged, Bake type (a) (pan-baked), Sliced, Product State (a) (fresh), Seed type (I) (seedless) 8 per package. 160Pkg 00.00 00.00 TOTAL AGREGATE PRICE BASE PERIOD: $0000.00 E. The following items shall be delivered to the 1310 24th Avenue South, Nashville, TN 37212. Deliveries must be made FOB destination on Monday and Thursday between 8:00 am and 11:00 am excluding national holidays. Requirements are for the period 10/01/2015 through 9/30/2016: VAMC Nashville, TN Option Year 1 - (October 1, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1Bread, Type I (white, enriched), Product State 1 (fresh), Style B (regular), Bake type (i) (pan-baked), Shape (a) (round top.), Slice type (I) (sliced), Loaf size a, (20 oz.), Seed type (2) Seedless. Each Slice to weigh approximately 1 ounce. 400 Loaves 00.00 00.00 2Bread, Type II (whole wheat), Product state 1 (fresh), Style B, (regular), Bake type (i) (pan-baked), Shape (a) (round top),Enrichment Type (A) Enriched, Slice type (I) (sliced), seed type (2) seedless, Loaf size c (20 oz.). Each slice to weigh approximately 1 ounce. 4400 Loaves 00.00 00.00 3Rolls, Type I, (enriched), Class C (Sandwich, hamburger), Style 1 (white), Bake type a (pan-baked), Product state (a) (fresh), Seed type (i) (seedless) 12 per package, each bun to weigh between 1.75 - 2.5 oz.. 1200 Pkg 00.00 00.00 4Rolls, Type I (enriched), Class E, (dinner), Style 1 (white), Bake type (a) (pan-baked), Unsliced (ii), Product State (a) (fresh), Seed type (I) (seedless) 24 per package. Each roll to weigh approximately 1 ounce.780Pkg 00.00 00.00 5Rolls, Type I (enriched), Style 1 (white), 6-inch Hoagie Roll, Hinged, Bake type (a) (pan-baked), Sliced, Product State (a) (fresh), Seed type (I) (seedless) 8 per package. 160Pkg 00.00 00.00 TOTAL AGREGATE PRICE OPTION YEAR 1: $0000.00 F. The following items shall be delivered to the 1310 24th Avenue South, Nashville, TN 37212. Deliveries must be made FOB destination on Monday and Thursday between 8:00 am and 11:00 am excluding national holidays. Requirements are for the period 10/01/2016 through 9/30/2017: VAMC Nashville, TN Option Year 2 - (October 1, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1Bread, Type I (white, enriched), Product State 1 (fresh), Style B (regular), Bake type (i) (pan-baked), Shape (a) (round top.), Slice type (I) (sliced), Loaf size a, (20 oz.), Seed type (2) Seedless. Each Slice to weigh approximately 1 ounce. 400 Loaves 00.00 00.00 2Bread, Type II (whole wheat), Product state 1 (fresh), Style B, (regular), Bake type (i) (pan-baked), Shape (a) (round top),Enrichment Type (A) Enriched, Slice type (I) (sliced), seed type (2) seedless, Loaf size c (20 oz.). Each slice to weigh approximately 1 ounce. 4400 Loaves 00.00 00.00 3Rolls, Type I, (enriched), Class C (Sandwich, hamburger), Style 1 (white), Bake type a (pan-baked), Product state (a) (fresh), Seed type (i) (seedless) 12 per package, each bun to weigh between 1.75 - 2.5 oz.. 1200 Pkg 00.00 00.00 4Rolls, Type I (enriched), Class E, (dinner), Style 1 (white), Bake type (a) (pan-baked), Unsliced (ii), Product State (a) (fresh), Seed type (I) (seedless) 24 per package. Each roll to weigh approximately 1 ounce.780Pkg 00.00 00.00 5Rolls, Type I (enriched), Style 1 (white), 6-inch Hoagie Roll, Hinged, Bake type (a) (pan-baked), Sliced, Product State (a) (fresh), Seed type (I) (seedless) 8 per package.160Pkg 00.00 00.00 TOTAL AGREGATE PRICE OPTION YEAR 2: $0000.00 G. The following items shall be delivered to the 1310 24th Avenue South, Nashville, TN 37212. Deliveries must be made FOB destination on Monday and Thursday between 8:00 am and 11:00 am excluding national holidays. Requirements are for the period 10/01/2017 through 9/30/2018: VAMC Nashville, TN Option Year 3 - (October 1, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1Bread, Type I (white, enriched), Product State 1 (fresh), Style B (regular), Bake type (i) (pan-baked), Shape (a) (round top.), Slice type (I) (sliced), Loaf size a, (20 oz.), Seed type (2) Seedless. Each Slice to weigh approximately 1 ounce. 400 Loaves 00.00 00.00 2Bread, Type II (whole wheat), Product state 1 (fresh), Style B, (regular), Bake type (i) (pan-baked), Shape (a) (round top),Enrichment Type (A) Enriched, Slice type (I) (sliced), seed type (2) seedless, Loaf size c (20 oz.). Each slice to weigh approximately 1 ounce. 4400 Loaves 00.00 00.00 3Rolls, Type I, (enriched), Class C (Sandwich, hamburger), Style 1 (white), Bake type a (pan-baked), Product state (a) (fresh), Seed type (i) (seedless) 12 per package, each bun to weigh between 1.75 - 2.5 oz.. 1200 Pkg 00.00 00.00 4Rolls, Type I (enriched), Class E, (dinner), Style 1 (white), Bake type (a) (pan-baked), Unsliced (ii), Product State (a) (fresh), Seed type (I) (seedless) 24 per package. Each roll to weigh approximately 1 ounce.780Pkg 00.00 00.00 5Rolls, Type I (enriched), Style 1 (white), 6-inch Hoagie Roll, Hinged, Bake type (a) (pan-baked), Sliced, Product State (a) (fresh), Seed type (I) (seedless) 8 per package. 160Pkg 00.00 00.00 TOTAL AGREGATE PRICE OPTION YEAR 3: $0000.00 H. The following items shall be delivered to the 1310 24th Avenue South, Nashville, TN 37212. Deliveries must be made FOB destination on Monday and Thursday between 8:00 am and 11:00 am excluding national holidays. Requirements are for the period 10/01/2018 through 9/30/2019: VAMC Nashville, TN Option Year 4 - (October 1, 2018 through September 30, 2019) Item # DescriptionQuantityUnitUnit CostTotal Cost 1Bread, Type I (white, enriched), Product State 1 (fresh), Style B (regular), Bake type (i) (pan-baked), Shape (a) (round top.), Slice type (I) (sliced), Loaf size a, (20 oz.), Seed type (2) Seedless. Each Slice to weigh approximately 1 ounce. 400 Loaves 00.0000.00 2Bread, Type II (whole wheat), Product state 1 (fresh), Style B, (regular), Bake type (i) (pan-baked), Shape (a) (round top),Enrichment Type (A) Enriched, Slice type (I) (sliced), seed type (2) seedless, Loaf size c (20 oz.). Each slice to weigh approximately 1 ounce. 4400 Loaves 00.00 00.00 3Rolls, Type I, (enriched), Class C (Sandwich, hamburger), Style 1 (white), Bake type a (pan-baked), Product state (a) (fresh), Seed type (i) (seedless) 12 per package, each bun to weigh between 1.75 - 2.5 oz.. 1200 Pkg 00.0000.00 4Rolls, Type I (enriched), Class E, (dinner), Style 1 (white), Bake type (a) (pan-baked), Unsliced (ii), Product State (a) (fresh), Seed type (I) (seedless) 24 per package. Each roll to weigh approximately 1 ounce.780Pkg 00.00 00.00 5Rolls, Type I (enriched), Style 1 (white), 6-inch Hoagie Roll, Hinged, Bake type (a) (pan-baked), Sliced, Product State (a) (fresh), Seed type (I) (seedless) 8 per package. 160Pkg 00.00 00.00 TOTAL AGREGATE PRICE OPTION YEAR 4: $0000.00 Base Year October 1, 2014 through September 30, 2015 $ 0000.0000 Option Year 1 October 1, 2015 through September 30, 2016 $ 0000.0000 Option Year 2 October 1, 2016 through September 30, 2017 $ 0000.0000 Option Year 3 October 1, 2017 through September 30, 2018 $ 0000.0000 Option Year 4 October 1, 2018 through September 30, 2019 $ 0000.0000 ___________________________________________________________________ Total Aggregate Price Base + 4 (1) year options $ 0000.0000 ****Submit all bids via email to Eric.lee11@va.gov**** Eric Lee Contract Specialist Department of Veterans Affairs Network Contracting Office (NCO) 9 Central Region 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129 P: 615-225-5973 F: 615-849-3769 E-mail: eric.lee11@va.gov 3. SPECIFICATIONS AND STANDARDS: A. The delivered products shall meet the specification as listed in the attached Pricing Schedule document and comply with all applicable Federal and State mandatory requirements and regulations relating to the preparation, packaging, labeling, storage, distribution, and sales of the products with the commercial marketplace. All deliveries shall conform in every respect to the provisions of the Federal Food, Drug and Cosmetic Act and regulations, promulgated hereunder. B. Contractor's Certification. By submitting an offer, the contractor certifies that the product offered meets the specified salient characteristics and requirements of the Federal Hospital Subsistence Guide; conforms to the producer's own specifications and standards, including product characteristics, manufacturing procedures, quality control procedures, and storage and handling territories, or possessions; and is sold in the commercial market. The Government reserves the right to determine proof of such conformance prior to the first delivery from point of origin and any time thereafter, up to and including, delivery at final destination as may be necessary to determine conformance with the terms of the contract. 4. ALTERNATE ITEMS, PACKAGING, and PACKING: A. Offers may propose alternate items, packaging, or packing. Offerors shall clearly indicate, in their offer, the quantity, packaging size, unit or other different features upon which the offer is submitted. Evaluation of the alternate item will be made against a common denominator (i.e.; weight, package quantity, etc.). Offers are reminded that the alternate item must meet all the requirements of the Government specifications. B. Environmental Standards. Should the contractor manufacturer and provide company brand bread and roll products, the contractor should utilize, if possible, recycled materials for containers as long as they meet the FDA sanitary standards for the specified commodity. List recycled materials for containers as long as they meet the FDA sanitary standards for the specified commodity. 5. PRODUCT QUALITY AND FRESHNESS: A. Product conformance. The fresh or frozen bread provided shall meet the salient characteristics of the CID cited, conform to the producer's own specifications, standards, and quality assurance practices, and be the same fresh or frozen bread offered for sale in the commercial market. The Government reserves the right to require proof of such conformance. B. Quality assurance. When required, the Federal Grain Inspection Service (FGIS), U.S. Department of Agriculture, shall determine the quality assurance of the fresh or frozen bread according to the requirements of the CID or applicable standards or specifications. The fresh or frozen bread shall be examined or analyzed in accordance with applicable provision in the CID, solicitation, contract, or purchase order, and, when applicable, the United States Standards for Condition of Food container in effect on the date of the offer. C. Age requirement. Fresh bread shall be delivered less than 24 hours old upon arrival at the receiving point. Failure to comply with this provision will be considered grounds for default of contract. D. All products furnished under this contract shall be processed and packed under sanitary conditions in strict accordance with guidelines provided by the U.S. Food and Drug Administration and the U.S. Department of Agriculture, using the best commercial practices that are standard for the industry. All containers shall be clean, sound, and securely covered or sealed to provide adequate protection from dirt, filth, or contamination. All ingredients shall be clean, sound, wholesome, and free from evidence of rodent or insect infestation. Failure to comply with this provision will be considered grounds for default of contract. E. Ingredients for fresh or frozen bread shall consist of flour, water, salt, yeast, emulsifiers or stabilizers, and other ingredients appropriate for the type of bread specified in the schedule of items. The fresh or frozen bread shall include mold inhibitors of proper levels as allowed by the Federal Food, Drug, and Cosmetic Act. F. Enriched flour. When the bread is enriched, the wheat flour used for the bread shall conform to the U.S. Standards of Identity for Enriched Flour (21 CFR 137.165) and shall be milled from a variety of hard and/or soft wheat. G. Appearance and color. The fresh or frozen bread shall have a uniformly brown crust characteristic of the product. The fresh or frozen bread shall have a typical volume, characteristic grain, and be evenly baked without evidence of foreign odors or flavors, burnt, scorched, stale, rancid, or moldy. The delivered fresh or frozen bread shall not be crushed or damaged. H. Unless otherwise specified in the item specification or solicitation, marking shall be in accordance with best commercial practice. I. Any commercial or additional labeling, as specified, which complies with the U.S. Food, Drug, and Cosmetic Act, and regulations promulgated there under, is acceptable. J. Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch-pound units, a request should be made to the Contracting Officer to determine if the product is acceptable. The COR, in accordance with the Contracting Officer, will accept or reject the product. K. Additional packaging, packing, and/or marking requirements can be found in the Addendum to 52.212-4, Terms and Conditions-Commercial Items. 6. INSPECTION OF PLANTS: A. All products furnished under the awarded contract shall be processed at plants that have been inspected by the Federal Government. Approved inspection reports of another VA Facility or other Federal Government agency will be accepted as satisfactory evidence that the facilities/plants meets these requirements, provided that the inspection was made not more than six (6) months prior to the proposed contract period (See Addendum to 52.212-3 for representations and certifications. The Contracting Officer or his/her designee reserves the right to make pre-award, on-site survey and inspection of the plant, personnel, equipment and processes of the offeror. If the plant of the apparent low offeror does not meet specification or is not acceptable, the offer will be rejected. THE BIDDER CERTIFIES THAT: (check one) (__) No agent of the Federal Government has conducted an inspection of the physical facilities of this plant within the last six months. -OR- (__) An inspection of the physical facilities of the plant was conducted by the: __________________________________ on ________________________. (Agency) (Date of inspection) PLEASE PROVIDE COPY OF LAST INSPECTION REPORT WITH QUOTATION. B. INSPECTION OF PLANTS: An inspection may be made of the premises and employees of bidder, prior to making award, and conditions found will be considered in awarding the contract. Inspection may also be made at any time during the life of the contract and, if it is found that the contractor is not complying with specifications, deliveries will be rejected and the products covered by this contract will be procured in the open market. Any excess cost occasioned by this action will be charged against the contractors account. 7. ORDERING 1. The Nashville VA Medical Centers shall place orders no less than 2 work days prior to required delivery date, upon delivery at the receiving location, items ordered shall be less than 24 hours of age. Orders shall not be placed more than 5 days prior to required delivery date, with the Government reserving the right to adjust orders 24-hours prior to scheduled delivery. Orders will be placed by the COR or his/her designee. Each order will show ship to and bill to addresses and purchase order number (if required). Orders for product may be placed by phone, fax, mail, email or EDI. If the contractor is not already set up as an EDI Vendor, they must be set-up by contacting the VA Austin Automation Center. 2. Quantities shown on previous pages represent the quantities estimated to be ordered over the delivery period. Quotes will be evaluated based on the estimated quantities. Actual quantities ordered may vary among the line items. 3. The Contractor shall provide the name, location, and telephone number, whereby calls, including emergency calls are to be placed: Name _____________________________ Location ______________________________________________ ______________________________________________ ______________________________________________ Telephone Number____________________________________ 8. DELIVERIES AND INVOICING 1. Deliveries shall occur up to two times per week between the hours of 8:00 a.m. and 11:00 a.m., local time Tuesdays or Thursdays excluding federal holidays, as requested by the COR or his/her designee. Requests for deliveries on different days and/or at a different time shall be submitted to and approved by the Contracting Officer and his/her designee in writing. (a) Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: New Year's DayMartin Luther King's Birthday Presidents' DayMemorial Day Independence DayLabor Day Columbus DayVeterans' Day ThanksgivingChristmas 2. Deliveries and invoicing for the Nutrition and Food Services must be accomplished separately at the office listed below. Invoices must contain at a minimum the purchase order and itemized list of products delivered, unit prices, and total price. Nutrition & Food Services Accounting Section (614/120) Nashville VA Medical Center 1310 24th Avenue South Nashville, TN 37212 3. While performing under this contract, all vehicles used by the contractor shall be locked and the keys removed when not in use. This is intended to protect the contractor's property as well as the safety of patients and staff at the medical centers. 4. While performing under this contract, all vehicles used by the contractor shall have temperature tracking systems in place on the refrigerated trucks to ensure they are being maintained in accordance with federal safety & sanitation guidelines. 5. Packing List. There shall be a packing list enclosed with any shipments made under this contract. The packing list shall show the following as a minimum: Contractors name and address; VA Purchase Order Number (if one is provided); the VA Facility and Service placing the order; the items shipped; and quantity. 6. Disasters & Emergencies. The contractor must be able to ensure delivery to the VA at all times, inclusive of disasters, and/or any other emergency condition. The VA may place a special order in preparation for, or in response to, a disaster or emergency situation. For anticipatory situations, such orders will be placed 24 hours or less in advance. In an emergency, the contractor will be notified with the amount and type of products required by the VA that shall be delivered within 24 hours of order placement. The order may be placed for larger quantities than the normal weekly order. The contractor shall provide the Contracting Officer and the Contracting Officer's Representatives with its designated point of contact and contact information for emergency orders. 7. Return Policy. Offerors' shall clearly indicate their return policy with their bid. Defective product or incorrect product shipped by contractor error shall be replaced at no cost to the Government and on the day of receipt of the original product. Product shipped by Government error may be returned subject to the contractor's normal return policy. Offeror's shall provide the name and telephone number for reporting delivery/product problems for each VA location. 9. PAYMENTS Payments under this contract shall be made by Electronic Fund Transfer (EFT) by the VA or VCS Finance Center. See Clause 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration for further information. Contractor may elect to accept the Government Purchase Card as a method of payment for all orders under $3,000.00 if the contractor is set-up to accept credit cards. 10. EVALUATION CRITERIA The Government will award to the responsible offeror whose offer, conforming to the solicitation, that are considered to be most advantageous to the Government, with past performance and price considered, prices being rated higher than past performance. 11. CONTRACTING OFFICER (CO): The Contracting Officer (CO) named below is responsible for the overall administration of the contract. Eric Lee, Contract Specialist (90C) Department of Veterans Affairs NCO 9 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129 The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract and his/her duties and responsibilities and, after advice and consultation with the Contracting Officer's Technical Representative, has the authority to make changes which effect contract prices, quality, quantity, delivery terms and conditions, term of contract. In no event shall any understanding or agreement, contract modification, change order, or other matters in deviation from the terms of this contract between the Contractor and a person other than the Contracting Officer, be effective or binding upon the Government. All such actions must be formalized by the proper contractual document executed by the Contracting Officer. NOTE: Award of Contract: The Government will award a contract resulting from this solicitation to the responsible offeror with acceptable past performance whose offer has the lowest evaluated price of proposals meeting or exceeding the specifications/Statement of Work of this solicitation. As this is a Commercial Item Request for Quotation (RFQ) and if the above Schedule of Supplies/Services may not be in line with your commercial practice, you may provide an alternative proposal. If you are providing an alternative proposal, the Standard Form (SF) 1449 [pages one and two of the solicitation] and Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2011) must be completed as well as documentation for the alternative proposal. Any questions concerning this solicitation should be submitted to the Contracting Officer in writing by email, fax or mail. The mailing address is listed on the SF 1449, block 9. The fax number is (615) 849-3769. Email address is eric.lee11@va.gov@va.gov A.1 52.216-2 ECONOMIC PRICE ADJUSTMENT-STANDARD SUPPLIES (JAN 1997) (a) The Contractor warrants that the unit price stated in the Schedule for LINE ITEMS 1-24 is not in excess of the Contractor's applicable established price in effect on the contract date for like quantities of the same item. The term "unit price" excludes any part of the price directly resulting from requirements for preservation, packaging, or packing beyond standard commercial practice. The term "established price" means a price that- (1) Is an established catalog or market price for a commercial item sold in substantial quantities to the general public; and (2) Is the net price after applying any standard trade discounts offered by the Contractor. (b) The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to those items delivered on and after the effective date of the decrease in the Contractor's established price, and this contract shall be modified accordingly. (c) If the Contractor's applicable established price is increased after the contract date, the corresponding contract unit price shall be increased, upon the Contractor's written request to the Contracting Officer, by the same percentage that the established price is increased, and the contract shall be modified accordingly, subject to the following limitations: (1) The aggregate of the increases in any contract unit price under this clause shall not exceed 10 percent of the original contract unit price. (2) The increased contract unit price shall be effective- (i) On the effective date of the increase in the applicable established price if the Contracting Officer receives the Contractor's written request within 10 days thereafter; or (ii) If the written request is received later, on the date the Contracting Officer receives the request. (3) The increased contract unit price shall not apply to quantities scheduled under the contract for delivery before the effective date of the increased contract unit price, unless failure to deliver before that date results from causes beyond the control and without the fault or negligence of the Contractor, within the meaning of the Default clause. (4) No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies the increase in the applicable established price. (5) Within 30 days after receipt of the Contractor's written request, the Contracting Officer may cancel, without liability to either party, any undelivered portion of the contract items affected by the requested increase. (d) During the time allowed for the cancellation provided for in paragraph (c)(5) of this clause, and thereafter if there is no cancellation, the Contractor shall continue deliveries according to the contract delivery schedule, and the Government shall pay for such deliveries at the contract unit price, increased to the extent provided by paragraph (c) of this clause. (End of Clause) A.2 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) A.3 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) A.4 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 DAYS. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) A.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) A.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) A.7 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) A.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) A.9 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE TECHNICAL PAST PERFORMANCE Technical and past performance, when combined, are LESS THAN PRICE ALONE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0724/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0724 VA249-14-Q-0724.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1506345&FileName=VA249-14-Q-0724-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1506345&FileName=VA249-14-Q-0724-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03428510-W 20140719/140717235229-a552653ac53903ae1da9c72ba261da59 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.