SOURCES SOUGHT
89 -- Milk and Dairy Delivery Contract Market Research
- Notice Date
- 10/2/2025 1:44:42 PM
- Notice Type
- Sources Sought
- NAICS
- 311511
— Fluid Milk Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0030
- Response Due
- 10/10/2025 10:00:00 AM
- Archive Date
- 12/09/2025
- Point of Contact
- Choo, Sam, Department of Veterans Affairs, Phone: sam.choo@va.gov
- E-Mail Address
-
sam.choo@va.gov
(sam.choo@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this source sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The Department of Veterans Affairs Network Contracting Office 22 is issuing this sources-sought notice to identify sources for delivery of fresh milk and milk products for the VA hospitals in Los Angeles, Long Beach, San Diego, and Loma Linda. The initial period of performance will be 12/01/2026 to 11/30/2027 for base period and option years if exercised by the government. Section A. Requirements The contractor must meet following minimum requirements: LIST OF REQUIRED MILK & DAIRY PRODUCTS: ITEM # Description/Part Number* 1 1% LOW FAT LACTOSE FREE MILK UHT ½ GAL 2 1% REDUCED FAT MLK� 8 oz 3 2% MILK - 1/2 GAL 4 2% MILK - 1/2 PT 5 2% MILK - 1/4 PT 6 2% MILK - 6 GAL (Polly Bag) 7 2% REDUCED FAT MILK 4 oz 9 2% REDUCED FAT MILK 8 oz 10 ALMOND DRINK, VANILLA - 1/2 PT 11 AMERICAN 160 SLICES - 5 LB 12 APPLE JUICE PAPER - 4 OZ 13 APPLEBERRY JUICE PAPER - 4 OZ 14 CHEDDAR SHREDDED - 5 LB 15 CHOCOLATE 2% MILK - 6 GAL - (Polly Bag, Pasteurized) 16 CHOCOLATE LOW FAT (0.5 ~ 1%) MILK - 1/2 PT (Pasteruized) 17 CHOCOLATE LOW FAT (1%) MILK - 1/2 PT 18 COTTAGE CHEESE LOW FAT (1%) - 5 LB 19 COTTAGE CHEESE LOW FAT (2%) - 4 OZ/32 per case 20 FAT FREE (SKIM) MILK - 1/2 PT 22 FAT FREE CHOCOLATE MILK 8 oz 23 FAT FREE MILK 8 oz 25 HOMO MILK (WHOLE MILK) - 1/2 PT 26 ICE CREAM CUP CHOCOLATE 3 oz 27 ICE CREAM CUP STRAWBERRY 3 oz 28 ICE CREAM CUP VANILLA 3 oz 29 ICE CREAM CUP, CHOCOLATE - 3 OZ/2 DZ 31 ICE CREAM CUP, STRAWBERRY - 3 OZ/2 DZ 33 ICE CREAM CUP, VANILLA - 3 OZ/2 DZ 35 LACTAID FF MILK UTH ½ GAL 36 LIME SHERBERT CUP 3oz 37 LOW FAT COTTAGE CHEESE 5 lbs 38 MARGARINE-PRIDE OF LIFE - 5 GM 600/CS 39 ORANGE JUICE PAPER - 4 OZ 40 ORANGE SHEBERT CUP 3 oz 41 Pasteurize 2% MILK with VITAMIN A & D - 1 GAL 42 RASPBERRY SHERBERT CUP 3 oz 43 SHERBET, LIME - 3 OZ/2 DZ 44 SHERBET, ORANGE - 3 OZ/2 DZ 46 SHERBET, RASPBERRY - 3 OZ/2 DZ 48 SOY DRINK, CHOCOLATE BY PEARL - 1/2 PT 49 SOY DRINK, VANILLA BY PEARL - 1/2 PT 50 WHOLE MILK - 1/2 PT - Less than 3.25% total Milk Fat 51 WHOLE MILK 8 oz 53 YOPLAIT YOGURT LIGHT BLUEBERRY - 6 OZ/1 DZ 54 YOPLAIT YOGURT LIGHT CHERRY - 6 OZ/1 DZ 55 YOPLAIT YOGURT LIGHT PEACH - 6 OZ/1 DZ 56 YOPLAIT YOGURT LIGHT RASPBERRY - 6 OZ/1 DZ 57 YOPLAIT YOGURT LIGHT STRAW/BANANA - 6 OZ/1 DZ 58 YOPLAIT YOGURT LIGHT STRAWBERRY - 6 OZ/1 DZ COMPLIANCE WITH FEDERAL LAWS AND REGULATIONS: All deliveries shall conform in every respect to the provisions of the Federal Food, Drug and Cosmetic Act USC Title 21, Chapter 9 (FD&C Act) and regulations promulgated there under. Where applicable, the interpretation of requirements (descriptive terms), methods ascertaining grades, testing, etc., shall be in accordance with those contained in the U.S. Standards for the product in effect on the date of the solicitation. The Contractor agrees to provide the products listed to the VAGLAHS, VALBHS for the Base Period, and Option Years if exercised by the Government. 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. All products furnished under this contract shall be processed and packaged 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 shall be considered grounds for default of the contract. The fresh or frozen milk shall include mold inhibitors of proper levels as allowed by the Federal Food, Drug and Cosmetic Act. Products shall be delivered in an enclosed truck, which protects the milk and milk products from dirt or other contamination. All milk and milk products will be clearly labeled with the expiration or use by date. FRESHNESS REQUIREMENTS FOR DAIRY PRODUCTS: Fresh milk and milk products shall conform to the following freshness requirements: Fluid dairy products and other dairy products shall have sufficient remaining Shelf life commensurate with good practices and at a minimum: Milk must be delivered with a reasonable industry standard time after pasteurization and have a minimum 10 days of shelf after date of delivery. Products not meeting this requirement will be rejected and must be replaced at no cost to government. Buttermilk must be delivered with a minimum of 12 days shelf life after date of delivery. Cottage cheese, culture, normal shelf life must be delivered within 4 days after date of packaging. Cottage cheese, cultured, or acidified, extended shelf life, must be delivered within 7 days after date of packaging. Sour cream must be delivered within 7 days after pasteurization. Yogurt must be no older than 21 days from the date of packaging. REFRIGERATION, FROZEN PRODUCTS AND DRY STORAGE REQUIREMENTS: Items requiring protection from heat shall be transported and stored at temperatures below 70 degrees Fahrenheit. Carrier equipment for straight loads of Chilled products will be required to be pre-cooled to a minimum temperature of 35-degree Fahrenheit and a maximum temperature of 41 degrees Fahrenheit and shall be capable of \maintaining temperature with the range to destination. Carrier equipment for straight load of Frozen products will be pre-cooled to 10 degrees Fahrenheit, or lower before loading, and capable of maintaining 0 degrees Fahrenheit or lower to destination. Product shall be loaded in carrier s equipment as promptly as possible to minimize product temperature rise. At destination, the product shall be hard frozen and show no signs of defrosting. Temperature of the product shall not be above 0 degrees Fahrenheit. Frozen products will be wrapped in polyurethane wrapping. Carrier equipment for straight loads of Frozen and Chilled products will be required to be pre-cooled to a minimum temperature of 35-degree Fahrenheit and a maximum temperature of 41 degrees Fahrenheit and shall be capable of maintaining temperatures within that range to destination. The frozen products in the load shall be completely segregated by installing effective barrier(s) at the time of loading to prevent product damage. U.S. PUBLIC HEALTH SERVICE (USPHS) RATING: All milk/milk products shall be grade A quality. Contractor shall have obtained USPHS pasteurize milk rating of 90% or higher within the last two-year period and shall retain such status throughout the term of the contract. A copy of the current USPHS rating shall be provide to the contracting Officer upon request. Failure to maintain USPHS rating 90% or higher is grounds for immediate termination. ORDERS: All orders will be placed on an as needed basis without minimum order amount/quantity. The contractor MUST be able to meet the delivery schedule requirement specified in section 11. The contractor MUST be able to deliver on all Federal Holidays. New Year s Day� January 1st� � Martin Luther King s Birthday� Third Monday in January� President s Day� Last Monday in January� Memorial Day� Last Monday in January� Juneteenth� June 19th� Independence Day� July 4th� � Labor Day� First Monday in September� Columbus Day� Second Monday in October� Veteran s Day� November 11th� � Thanksgiving Day� Fourth Thursday in November� Christmas Day� December 25th� � The contractor MUST offer same day delivery at no additional cost to the Government when requested by the COR or Program Manager. Specific quantities and delivery dates will be determined in accordance with the delivery schedule by each COR for the participating VA healthcare facilities. Contractor MUST provide digital communication via email to the COR when supplies are not available or will not ship after an order has been placed. This notification must be provided immediately upon determination that products cannot be delivered as ordered. Contractor will not substitute any items and will not increase or decrease quantities ordered without prior approval from the COR. Order number will be provided by each facility at the time the order is placed. Orders can be placed by telephone, in writing and fax, or give to the Contractor Personnel as mutually agreed upon between each facility s COR and the Contractor. ORDER CONTINUE: For tracking purposes, the COR shall document all verbal orders with the following minimum information: Contract number and purchase order number. Date/Time of order placement Name of Contractor ordering clerk PACKAGING, PACKING, AND LABELING: Unless otherwise specified, preservation, packaging, and packing shall be to a degree of protection to preclude damage during normal shipping conditions, handling, etc., and shall conform to normal commercial practices and applicable carrier rules and regulations involving shipment from the contractor to the receiving activity for storage. Shipping containers shall be in compliance with national Motor Freight Classification and Uniform Freight classification (issue in effect at time of shipment). All packaging shall be in accordance with good commercial practice labeling shall be in accordance with commercial labeling, complying with the federal Food, Drug and Cosmetic Act and regulations promulgated there under. All items must be identified with readable dates (open code dates), or coded dates. Contractors who do not use open dating will provide a product code number key listing. The product code number key listing shall explain the actual date of production or processing. The successful offeror shall furnish COR and the Contracting Officer with the code of instructions for deciphering the date on which the pasteurization process was completed. This information is to be furnished with five days of award of a contract. Failure to comply with this requirement will render a contract in default and grounds for termination. PRODUCT AVAILABLILITY: should any product under this contract become unavailable or available on a limited basis, either temporarily or permanently, the Contract shall provide the Government with sufficient notification thereof, offering possible substitutions and/or alternative sources, to afford the Government adequate opportunity to approve or reject offered substitution and/or make other procurement arrangements. COMPLIANCE: Contractor shall comply with good commercial practices (see General Specification for Dairy Plants Approved for USDA inspection and Grading Service, found at (http://www.ams.usda.gov/AMSv1.0/getfile?dDocName=STELDEV3004788) and all applicable Federal laws and regulations. SPECIFICATIONS AND STANDARDS The delivered products shall comply with all applicable Federal, State and local 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 any other applicable laws and regulations. All raw milk for pasteurization, condensed and dried milk, finished products and the plant in which the products are processed shall comply with all applicable requirements of the Grade A Pasteurized Milk Ordinance 2011 Revision recommendations of the United States Public Health Service or latest revision thereof, or regulations substantially equivalent thereto. The raw milk for pasteurization, milk plant, and pasteurized milk and milk products each shall have a compliance rating of 90 or more as certified by the State Milk Sanitation rating Officer and shall be listed in the Sanitation compliance and Enforcement ratings of Interstate Milk shippers. All milk products delivered for consumption shall have a least one month s expiration from the date of delivery. All testing shall only be done by milk laboratories approved by Federal and State agencies found at http://www.fda.gov/Food/foodSafety/Product-specificInformation/MilkSafety/FederalStatePrograms/InterstateMilkShippersList/default.htm. Contractor s Certification, by submitting an offer, the contractor certifies that the product offered meets the requirements of the solicitation and requirements of federal, State and local regulations; conforms to the producer s own specifications and standards, including product characteristics, manufacturing procedures, quality control procedures, and storage and handling practices; has national or regional distribution storage facilities located with the United States, its territories, or possessions; and is sold on the commercial market. The government reserves the right to determine proof of such conformance prior to the first delivery from point or origin and any time thereafter, up to and including delivery at destination as may be necessary to determine conformance with the provisions of the contract. Source of Manufacture: Items supplied under this contract are required to originate from a sanitarily approved source as defined by the Federal Food and Drug administration s Evaluation of Milk Laboratories 2011 Revision which can be found at the link listed above. The supplier must identify the source of manufacture on the primary container or in the accompanying shipping documents. The identification on the primary container may consist of either the manufacturing plant name and address or a manufacturing plant code. When the manufacturing plant is identified on the shipping documents accompanying the delivery, the plant shall be identified by its complete name, address and plant code. DELIVERY OF GOODS: Deliveries shall be made to the area(s) listed, unless otherwise directed by the COR. COR or designated individual shall sign for all deliveries. Off-loading of products shall occur in the presence of VA authorized receiving personnel indicated (contact person) or his/her designated representative. Replacement of rejected product(s) shall be delivered the same day no later than 11:00 a.m., unless otherwise specified by the Contracting Officer Representative (COR). The Contractors' distribution facilities must be located within a 150-mile radius of the Tibor Rubin Long Beach VA Medical Center. Delivery to be made to the following location: VA West Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, CA 90073 Building 300 and 500 Loading Dock Contact Number: 310-268-3121 Delivery Days: Six (6) timer per week, Monday through Saturday Delivery Times: Between the hours of 6:30 a.m. to 8:30 a.m., no exceptions VA Long Beach Healthcare System 5901 E. 7th Street Long Beach, CA, 90822 Bldg 126, Room 15 Main Tower, Loading Dock Contact Number: 310-268-3121 Delivery Days: Six (6) timer per week, Monday through Saturday Delivery Times: between hours of 4:30 am and 7:30 am, without exception. VA Loma Linda Healthcare System 11201 Benton St Loma Linda, CA, 92357 Bldg 2 (Main Medical Center), Kitchen, Room 1C33 Main Warehouse Receiving Doc (east side of Bldg 2) Contact Number: 909-379-4626 or 909-825-7084 x2017 Delivery Days: Two (2) timer per week, Monday and Thursdays only, unless otherwise arranged with Hospital Kitchen. Delivery Times: Between the hours of 5 a.m. to 12:30 p.m. only, unless otherwise arranged with Hospital Kitchen. VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 Nutrition and Food Service Kitchen located behind the loading dock. Contact Number: 858-642-3492 Delivery Days: Monday, Wednesday, and Friday. Delivery Times: Between the hours of 6:30 a.m. to 12:00 p.m. DELIVERY VEHICLES: The government further reserves the right to enter and inspect any vehicle used to delivery good to assure the safe and sanitary transport of items ordered. Such inspection shall be made on a random basis, upon delivery, at the discretion of the COR. Section B. Questions If your company is interested in and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the non-manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act? Please also indicate Country of Origin for each item. What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract that includes proposed commodities or services? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate any type of award. Please provide your SAM.gov Unique Entity ID/Cage Code number. Please indicate if you are an authorized reseller/manufacturer. Please indicate whether you can perform the contractual duties through a Firm-Fixed Price contract. To respond to this notice, please email sam.choo@va.gov and answer all questions above. Incomplete responses will not be considered valid interest to participate in future opportunities. Telephone responses will not be accepted. Responses must be received no later than Friday, October 10, 2025 by 10:00 AM PT. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. Interested contractor must provide responses to all questions in Section B of this document. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/27268d163c904c0b901d726ca0b0fed0/view)
- Place of Performance
- Address: Department of Veterans Affairs VAGLAHCS, VALLHCS, VASDHCS, VALBHCS, Long Beach, CA 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN07611478-F 20251004/251002230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |