Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
DOCUMENT

73 -- 553-17-1-120-0003 - Attachment

Notice Date
9/15/2016
 
Notice Type
Attachment
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25016Q0693
 
Response Due
9/19/2016
 
Archive Date
10/19/2016
 
Point of Contact
Lee Morris
 
E-Mail Address
3179881544<br
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation shall not be issued. This solicitation VA250-16-Q-0693_1 is issued as a request for quote (RFQ). The North American Industry Classification System (NAICS) 424410 Merchant Wholesalers, Nondurable Goods and General Line Grocery Merchant Wholesalers that are Service Disable Veterans Owned Small Business (SDVOSB) and Veterans Owned Small Business (VOSB). Business Size Standard of 500 employees is applicable (FAR 19.102 (f) (1). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. No telephone requests shall be accepted. Quote is requested for the following: The Department of Veterans Affairs John D. Dingell VAMC, 4646 John R. Street, Detroit, MI 48201 is hereby soliciting offers to provide items listed below. We anticipate entering into a fixed price contract with the contractor meeting the Brand Name or Equal requirements and providing the best value to the Government. Items shall be delivered to the VA Center location noted above. Please include warranty information and delivery/shipping terms and conditions and cost clearly on your quote. All quotes must provide the above items/options in as much detail as possible to assist the VA with determining the most advantageous selection. This award shall be made based on the lowest price technically acceptable. It is the responsibility of the offeror to demonstrate compatibility of items offered other than the part numbers described above. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) to VA Financial Services Center through the Tungsten (OB10) electronic invoicing system. Full text of the following clauses and/or provisions can be viewed through Internet access at http://farsite.hill.af.mil. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirm this has already been completed in their SAM registration. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34. Offerors shall submit their quotation by e-mail to lee.morris@va.gov. Offers are due no later than 3:00 pm. EST, 19 SEP 2016. NO LATE QUOTES SHALL BE ACCEPTED OR CONSIDERED. Any question must also be submitted in writing and shall be addressed by the Contract Officer as quickly as possible. The successful offeror must be registered with SAM to be awarded a contract. You may register or update your registration on-line at https://www.sam.gov. STATEMENT OF WORK Provide Bread and Bakery Products listed in the Schedule for the period of _October 1, 2016 through September 30, 2017, with four (4) 12-month option years for the following Department of Veterans Affairs, Medical Centers: John D. Dingell VAMC, 4646 John R. Street, Detroit, MI 48201 OPTION TO EXTEND: This contract may be extended up to four (4), one-year periods at the option of the Government in accordance with FAR 52.217-9, Option to Extend the Term of the Contract, subject to the availability of funds. 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. Exercise of the option will be based on whatever is the most advantageous to the Government. Evaluation of options shall not obligate the Government to exercise the option. 1.PRODUCT SPECIFICATIONS: a.All products offered within a Bid Group will be available to be ordered for delivery at the location. b.Bread shall not be more than 24 hours old upon arrival at receiving point. Bread shall be packaged in accordance with the commercial practice. Bread shall not have been frozen prior to arrival. The package shall afford adequate protection against deterioration and physical damage during shipment from the supply source to the medical center. c.If an item has been ordered and is not available at the time of delivery, it will be the vendor's responsibility to obtain the necessary product that day. d.All delivery tickets and invoices referencing the purchase order number must show the total loaves/packages delivered for each line item and the total weight delivered for each line item. e.All items may be purchased by each item. It is not required to purchase by the flat. f.The Government does not guarantee the estimated yearly quantity. 2.AUTHORIZATION FOR CHANGES: The contractor shall contact the Contracting Officer Representative (COR) on all matters pertaining to administration. The Contracting Officer Representative is authorized to make commitments to issue changes which will affect the price, quantity and quality or delivery of this contract. 3.ALTERNATE ITEMS, PACKAGING AND PACKING: Offerors may not propose alternate items, packaging or packing. 4.PRODUCT QUALITY AND FRESHNESS: a.All bread shall be delivered to the requested destinations as listed in the schedule. All bread and bread products furnished under this contract shall be fresh and of the highest quality. b.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. c.Unless otherwise specified in the item specification or solicitation, marking shall be in accordance with best commercial practice. d.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. e.Breads and Buns that contain seeds must be labeled or identified as such. f.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 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. 5.DELIVERIES OR PERFORMANCE: a.The Contracting Officer shall authorize personnel to place delivery orders for products listed in the schedule of pricing. b.Orders shall be placed no less than 1 work day prior to the required delivery date, upon delivery at the receiving location, items ordered shall be less than 24 hours old. c.Deliveries shall be made as requested by the COR or his/her designee, excluding Saturday, Sunday and federal holidays. Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: Memorial Day Thanksgiving 4th of July Christmas Labor Day New Years Columbus Day MLK Day Veteran's Day Presidents Day Base, For the period of 1 OCTOBER, 2016 through 30 SEPTEMBER 2017 ITEM DESCRIPTIONUnit MeasureTOTAL AMOUNTUnit CostTotal Price 0001. BREAD-WHOLE WHEAT-PAN,BAKED-SANDWICH SALIENT (B) 100% WHOLE GRAINS 3 GRAMS OF DIETARY FIBER PER SLICE AND WRAPPED, 1.5 LB/LOAF FG 4 (NSN:9020-00-753-5779) FOOD GROUP: 4 PKG: 1 PER (CONTRACT#), ECMS LINE ID 10334154 FOOD GROUP: 4 UN2190 0002. ROLLS WHITE FRANKFURTER BUN-ENRICHED-PAN-BAKED-SOFT-SALIENT CHARACTERISTIC (B) SLICED-CID A-A-20053 1 1/2 TO 1 3/4 OZ. EA. 6" FG 4 (NSN:8920-000753-5769) FOOD GROUP: 4 PKG. 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 EA10 0003. ROLLS-WHEAT-HAMBURGER-SANDWICH-ENRICHED PAN BAKED-SOFT-SLICED-SALIENT CHARACTERISTICS 3 GRAMS OF DIETARY FIBER PER ROLL (C) CID A-A-2053 4" DIAMETER 1 1/2 TO 1 3/4 OZ. EA. PKG: 12 PER DZ. FOOD GROUP: 4 DZ52 0004. ROLLS-KAISER-HEARTH BAKED 2 3/4 OZ. EA. 4-5" DIAMETER SLICED PG 4 (NSN: 8920-00-753-5770) FG 4 PKG: 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 DZ1825 0005. ROLL-WHEAT-SPLIT TOP ENRICHED PAN CHARACTERISTICS 2 GRAMS OF DIETARY FIBER PER ROLL (D) CID A-A-20071-1-1.13 OZ/EA FG 4 (NSN:8920-00-753-5775) FG 4 16 ROLLS PER 18 OZ. PKG. PG1460 0006. BREAD-WHITE ENRICHED-PAN, BAKED-ROUND TOP SALIENT, CHARACTERISTICS A-SLICED & WRAPPED 1.00 LB. LOAF-CIDA-A-20052, PG 4 (NSN:8920-00-753-5576) FG 4, PKG. 1 PER EA. EA3650 0007. BREAD TEXAS TOAST, SLICED 1" THICK, 14-15 SLICES PER LOAD (NSN:7310-99-999-9999) FG 4 PKG: 1 PER EA. FOOD GROUP 4 EA730 Estimated Total for Base Year $ _____________________________________ Option Year 1, For the period of 1 OCTOBER, 2017 through 30 SEPTEMBER 2018 ITEM DESCRIPTIONUnit MeasureTOTAL AMOUNTUnit CostTotal Price 0001. BREAD-WHOLE WHEAT-PAN,BAKED-SANDWICH SALIENT (B) 100% WHOLE GRAINS 3 GRAMS OF DIETARY FIBER PER SLICE AND WRAPPED, 1.5 LB/LOAF FG 4 (NSN:9020-00-753-5779) FOOD GROUP: 4 PKG: 1 PER (CONTRACT#), ECMS LINE ID 10334154 FOOD GROUP: 4 UN2190 0002. ROLLS WHITE FRANKFURTER BUN-ENRICHED-PAN-BAKED-SOFT-SALIENT CHARACTERISTIC (B) SLICED-CID A-A-20053 1 1/2 TO 1 3/4 OZ. EA. 6" FG 4 (NSN:8920-000753-5769) FOOD GROUP: 4 PKG. 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 EA10 0003. ROLLS-WHEAT-HAMBURGER-SANDWICH-ENRICHED PAN BAKED-SOFT-SLICED-SALIENT CHARACTERISTICS 3 GRAMS OF DIETARY FIBER PER ROLL (C) CID A-A-2053 4" DIAMETER 1 1/2 TO 1 3/4 OZ. EA. PKG: 12 PER DZ. FOOD GROUP: 4 DZ52 0004. ROLLS-KAISER-HEARTH BAKED 2 3/4 OZ. EA. 4-5" DIAMETER SLICED PG 4 (NSN: 8920-00-753-5770) FG 4 PKG: 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 DZ1825 0005. ROLL-WHEAT-SPLIT TOP ENRICHED PAN CHARACTERISTICS 2 GRAMS OF DIETARY FIBER PER ROLL (D) CID A-A-20071-1-1.13 OZ/EA FG 4 (NSN:8920-00-753-5775) FG 4 16 ROLLS PER 18 OZ. PKG. PG1460 0006. BREAD-WHITE ENRICHED-PAN, BAKED-ROUND TOP SALIENT, CHARACTERISTICS A-SLICED & WRAPPED 1.00 LB. LOAF-CIDA-A-20052, PG 4 (NSN:8920-00-753-5576) FG 4, PKG. 1 PER EA. EA3650 0007. BREAD TEXAS TOAST, SLICED 1" THICK, 14-15 SLICES PER LOAD (NSN:7310-99-999-9999) FG 4 PKG: 1 PER EA. FOOD GROUP 4 EA730 Estimated Total for Option 1 Year $ ___________________________________ Option Year 2, For the period of 1 OCTOBER, 2018 through 30 SEPTEMBER 2019 ITEM DESCRIPTIONUnit MeasureTOTAL AMOUNTUnit CostTotal Price 0001. BREAD-WHOLE WHEAT-PAN,BAKED-SANDWICH SALIENT (B) 100% WHOLE GRAINS 3 GRAMS OF DIETARY FIBER PER SLICE AND WRAPPED, 1.5 LB/LOAF FG 4 (NSN:9020-00-753-5779) FOOD GROUP: 4 PKG: 1 PER (CONTRACT#), ECMS LINE ID 10334154 FOOD GROUP: 4 UN2190 0002. ROLLS WHITE FRANKFURTER BUN-ENRICHED-PAN-BAKED-SOFT-SALIENT CHARACTERISTIC (B) SLICED-CID A-A-20053 1 1/2 TO 1 3/4 OZ. EA. 6" FG 4 (NSN:8920-000753-5769) FOOD GROUP: 4 PKG. 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 EA10 0003. ROLLS-WHEAT-HAMBURGER-SANDWICH-ENRICHED PAN BAKED-SOFT-SLICED-SALIENT CHARACTERISTICS 3 GRAMS OF DIETARY FIBER PER ROLL (C) CID A-A-2053 4" DIAMETER 1 1/2 TO 1 3/4 OZ. EA. PKG: 12 PER DZ. FOOD GROUP: 4 DZ52 0004. ROLLS-KAISER-HEARTH BAKED 2 3/4 OZ. EA. 4-5" DIAMETER SLICED PG 4 (NSN: 8920-00-753-5770) FG 4 PKG: 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 DZ1825 0005. ROLL-WHEAT-SPLIT TOP ENRICHED PAN CHARACTERISTICS 2 GRAMS OF DIETARY FIBER PER ROLL (D) CID A-A-20071-1-1.13 OZ/EA FG 4 (NSN:8920-00-753-5775) FG 4 16 ROLLS PER 18 OZ. PKG. PG1460 0006. BREAD-WHITE ENRICHED-PAN, BAKED-ROUND TOP SALIENT, CHARACTERISTICS A-SLICED & WRAPPED 1.00 LB. LOAF-CIDA-A-20052, PG 4 (NSN:8920-00-753-5576) FG 4, PKG. 1 PER EA. EA3650 0007. BREAD TEXAS TOAST, SLICED 1" THICK, 14-15 SLICES PER LOAD (NSN:7310-99-999-9999) FG 4 PKG: 1 PER EA. FOOD GROUP 4 EA730 Estimated Total for Option Year 2 $ _______________________________ Option Year 3, For the period of 1 OCTOBER, 2019 through 30 SEPTEMBER 2020 ITEM DESCRIPTIONUnit MeasureTOTAL AMOUNTUnit CostTotal Price 0001. BREAD-WHOLE WHEAT-PAN,BAKED-SANDWICH SALIENT (B) 100% WHOLE GRAINS 3 GRAMS OF DIETARY FIBER PER SLICE AND WRAPPED, 1.5 LB/LOAF FG 4 (NSN:9020-00-753-5779) FOOD GROUP: 4 PKG: 1 PER (CONTRACT#), ECMS LINE ID 10334154 FOOD GROUP: 4 UN2190 0002. ROLLS WHITE FRANKFURTER BUN-ENRICHED-PAN-BAKED-SOFT-SALIENT CHARACTERISTIC (B) SLICED-CID A-A-20053 1 1/2 TO 1 3/4 OZ. EA. 6" FG 4 (NSN:8920-000753-5769) FOOD GROUP: 4 PKG. 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 EA10 0003. ROLLS-WHEAT-HAMBURGER-SANDWICH-ENRICHED PAN BAKED-SOFT-SLICED-SALIENT CHARACTERISTICS 3 GRAMS OF DIETARY FIBER PER ROLL (C) CID A-A-2053 4" DIAMETER 1 1/2 TO 1 3/4 OZ. EA. PKG: 12 PER DZ. FOOD GROUP: 4 DZ52 0004. ROLLS-KAISER-HEARTH BAKED 2 3/4 OZ. EA. 4-5" DIAMETER SLICED PG 4 (NSN: 8920-00-753-5770) FG 4 PKG: 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 DZ1825 0005. ROLL-WHEAT-SPLIT TOP ENRICHED PAN CHARACTERISTICS 2 GRAMS OF DIETARY FIBER PER ROLL (D) CID A-A-20071-1-1.13 OZ/EA FG 4 (NSN:8920-00-753-5775) FG 4 16 ROLLS PER 18 OZ. PKG. PG1460 0006. BREAD-WHITE ENRICHED-PAN, BAKED-ROUND TOP SALIENT, CHARACTERISTICS A-SLICED & WRAPPED 1.00 LB. LOAF-CIDA-A-20052, PG 4 (NSN:8920-00-753-5576) FG 4, PKG. 1 PER EA. EA3650 0007. BREAD TEXAS TOAST, SLICED 1" THICK, 14-15 SLICES PER LOAD (NSN:7310-99-999-9999) FG 4 PKG: 1 PER EA. FOOD GROUP 4 EA730 Estimated Total for Option Year 3 $ _______________________________ Option Year 4, For the period of 1 OCTOBER, 2020 through 30 SEPTEMBER 2021 ITEM DESCRIPTIONUnit MeasureTOTAL AMOUNTUnit CostTotal Price 0001. BREAD-WHOLE WHEAT-PAN,BAKED-SANDWICH SALIENT (B) 100% WHOLE GRAINS 3 GRAMS OF DIETARY FIBER PER SLICE AND WRAPPED, 1.5 LB/LOAF FG 4 (NSN:9020-00-753-5779) FOOD GROUP: 4 PKG: 1 PER (CONTRACT#), ECMS LINE ID 10334154 FOOD GROUP: 4 UN2190 0002. ROLLS WHITE FRANKFURTER BUN-ENRICHED-PAN-BAKED-SOFT-SALIENT CHARACTERISTIC (B) SLICED-CID A-A-20053 1 1/2 TO 1 3/4 OZ. EA. 6" FG 4 (NSN:8920-000753-5769) FOOD GROUP: 4 PKG. 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 EA10 0003. ROLLS-WHEAT-HAMBURGER-SANDWICH-ENRICHED PAN BAKED-SOFT-SLICED-SALIENT CHARACTERISTICS 3 GRAMS OF DIETARY FIBER PER ROLL (C) CID A-A-2053 4" DIAMETER 1 1/2 TO 1 3/4 OZ. EA. PKG: 12 PER DZ. FOOD GROUP: 4 DZ52 0004. ROLLS-KAISER-HEARTH BAKED 2 3/4 OZ. EA. 4-5" DIAMETER SLICED PG 4 (NSN: 8920-00-753-5770) FG 4 PKG: 12 PER DZ. (CONTRACT#) FOOD GROUP: 4 DZ1825 0005. ROLL-WHEAT-SPLIT TOP ENRICHED PAN CHARACTERISTICS 2 GRAMS OF DIETARY FIBER PER ROLL (D) CID A-A-20071-1-1.13 OZ/EA FG 4 (NSN:8920-00-753-5775) FG 4 16 ROLLS PER 18 OZ. PKG. PG1460 0006. BREAD-WHITE ENRICHED-PAN, BAKED-ROUND TOP SALIENT, CHARACTERISTICS A-SLICED & WRAPPED 1.00 LB. LOAF-CIDA-A-20052, PG 4 (NSN:8920-00-753-5576) FG 4, PKG. 1 PER EA. EA3650 0007. BREAD TEXAS TOAST, SLICED 1" THICK, 14-15 SLICES PER LOAD (NSN:7310-99-999-9999) FG 4 PKG: 1 PER EA. FOOD GROUP 4 EA730 Estimated Total for Option Year 4 $ ________________________________ Estimated Total for Base Year $ __________________________ Estimated Total for Option Year 1 $ _______________________ Estimated Total for Option Year 2 $ _______________________ Estimated Total for Option Year 3 $ _______________________ Estimated Total for Option Year 4 $ _______________________ Estimated Total Base Year and All Option Years Renewal Period (if exercised) $ ________________________________ Vendor's Information Vendor's Name: _____________________ Address: ____________________________ City: _______________________________ State: _______________________________ Zip code: ____________________________ DUNNS# ___________________________ Point of Contact: _____________________ Telephone: __________________________ Email: _____________________________ Government Contract: _________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25016Q0693/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0693 VA250-16-Q-0693_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3005002&FileName=VA250-16-Q-0693-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3005002&FileName=VA250-16-Q-0693-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: John D. Dingell VAMC;4646 John R Street;Detroit, MI 48201
Zip Code: 48201
 
Record
SN04274866-W 20160917/160916001026-9e8dc4ee389b698477419dc3226fcecb (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.