SOLICITATION NOTICE
89 -- MILK PRODUCT SUPPLY
- Notice Date
- 9/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Business Office, Contracting Section (672/BO-3), #10 Calle Casia, San Juan, Puerto Rico 00921-3201
- ZIP Code
- 00921-3201
- Solicitation Number
- 672-371-03
- Response Due
- 9/15/2003
- Archive Date
- 10/15/2003
- Point of Contact
- Point of Contact - Israel Rodriguez, Contracting Officer, (787) 641-7582 ext. 10290, Contracting Officer - Elisa Cruz, Senior Contracting Officer, (787) 641-2948
- E-Mail Address
-
Elisa Cruz
(elisa.cruz@med.va.gov)
- Description
- The Department of Veterans Affairs (VA) Medical Center, San Juan, PR has the requirement for delivery of milk product as shown in CLIN 0001 to 0004. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number RFQ 672-371-03 is issued as a request for quotation (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular dated August 23, 2003. This action is 100% set aside for small businesses. The applicable NAIC code is 311511 and small business size standard is 500. PRODUCT TO BE DELIVERY: Milk, fresh, homogenized, pasteurized, Grade “A” in accordance with local, Federal and governing rules and regulations for this industry group. CLIN 001: MILK FRESH PASTEURIZED HOMOGENIZED WHOLE FLUID GRADE A. UNIFORM FAT CONTENT. HALF (1/2) PINT LEAK PROOF CONTAINER, CLIN 002: MILK FRESH PASTEURIZED HOMOGENIZED WHOLE FLUID GRADE A PURCHASE FROM AN APPROVED DAIRY. UNIFORM FAT CONTENT. ONE (1) GALLON LEAK PROOF CONTAINER, CLIN 003: MILK FRESH PASTEURIZED HOMOGENIZED SKIM 0% FAT CONTENT IN HALF (1/2) GALLON LEAK PROOF CONTAINERS GRADE A PURCHASE FROM AN APPROVED DAIRY and CLIN 004: MILK FRESH PASTEURIZED HOMOGENIZED FLUID LOW FAT (2% FAT CONTENT) GRADE A. UNIFORM FAT CONTENT. HALF (1/2) PINT LEAK PROOF CONTAINER US PUBLIC HEALTH CODE AND ORDINANCE. PACKAGING AND MARKING: The product shall be delivered in strictly fresh, uncrushed and undamaged condition. Delivered milk shall have shelf live of ten (10)-calendar date including the date of delivery. The delivery invoice will list all lot number and expiration date for each different milk product delivered. The contractor will segregate the products and the hospital main kitchen official will verify that this requirement is meet. Items shall be labeled and packaged in containers sufficiently strong and tight to exclude dirt, moisture, filth or other contaminant. DELIVERIES SCHEDULE: Mondays, Wednesdays and Friday between 8:00 AM and 10:00 AM. If any the delivery days is on an Official Federal Holiday delivery will be the day prior to the holiday. During local National Holidays the Contractor will make arrangement to meet the delivery schedule. Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 2000) is incorporated by reference and applies to this acquisition. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (JULY 2002) with its quotation including Standard Form 1449 and completion of attachment No. 1. Offeror is require to evaluate FY 2004 fist quarter delivery requirement, attachment No. 2, as part the evaluation. FAR provision 52.212-3, Standard Form 1449 and attachments documents No. 1 and No. 2 will be available at www.bos.oamm.va.gov/ offeror must be download these documents from the aforementioned website. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2002) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (June 2003) is incorporated by reference, however, for paragraph (b) only the following clauses applay to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (June 2003) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332), 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.), 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). Quotations must be address attention to Mr. Israel Rodriguez, Contract Specialist, Department of Veterans Affairs, VA Medical Center, Contracting Office (672/BO-3), #10 Calle Casia, San Juan, PR 00921-3201 or via fedex to the same address. Offerors are reminded that to be eligible for award, active registration in the Central Contractors Registration (CCR) database is required: www.ccr.dlis.dla.mil. FULL TEXT AND DATE OF THE FEDERAL ACQUISITION REGULATION (FAR) MAY BE ACCESSED AT INTERNET WEBSITE: www.arnet.gov/far. FULL TEXT OF THE VETERANS ADMINISTRATION ACQUISITION REGULATION (VAAR) MAY BE ACCESSED AT INTERNET WEBSITE: http://vaww.va.gov/oa&mm/vaar. EVALUATION OF OFFER AND METHODS OF AWARD: The provision at 52.212-2 Evaluation--Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting required and acceptable quotation or proposal, offering the lowest evaluated price. Price shall be the deciding factor among acceptable quotation or proposal. To be acceptable, the offeror's quotation or proposal must be evaluated base on the submission of the requirements listed above. Therefore, it is incumbent on the offeror to provide complete information. The price proposal shall be evaluated on the overall lowest price to the Government. 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. Offers are due on Wednesday, September 15, 2003 by 3:00 P.M. America Puerto_Rico time. All responsible sources may submit a quotation, which shall be considered by the agency. For information regarding this solicitation contract call Mr. Israel Rodriguez, Contract Specialist, (787) 641-7582 ext. 10276.
- Web Link
-
RFQ 672-371-03
(http://www.eps.gov/spg/VA/SJVAMC672/SJVAMC672/672-371-03/listing.html)
- Record
- SN00424323-F 20030905/030903213833 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |