SOURCES SOUGHT
89 -- Subsistence Food Products VAPIHCS
- Notice Date
- 2/7/2018
- Notice Type
- Synopsis
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Road;Honolulu HI 96819-1522
- ZIP Code
- 96819-1522
- Solicitation Number
- 36C26118Q0293
- Response Due
- 2/16/2018
- Archive Date
- 2/26/2018
- Point of Contact
- 808-539-1301
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought only. The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 21 is performing market research to determine if there are any vendors with economic status of Service Disabled Veteran Owned, Veteran Owned, Women Owned, and other Small Businesses that can provide a broad range of food and foodservice products to the VAPIHCS Community Living Center (CLC), a VA nursing home, on the Island of Oahu. Responses to this Sources Sought will be used for market research purposes. This requirement is for the VA Pacific Islands Healthcare System (VAPIHCS) CLC on the island of Oahu. There is no solicitation document as this time. The NAICS is 311999 with Small Business size of 500 employees. NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement. If you are responding as an SD/VOSB vendor, you must be verified on the Vendor Information Pages (VIP) at https://www.vip.vetbiz.gov/ AND your verification must indicate this NAICS code. Only firms interested and capable should send their information and/or capability statement and any questions by email to Nicole.do@va.gov a no later than 4:00 PM Hawaii Standard Time, February 16, 2018. If interested, please provide the following information: Name of Company Point of Contact Name, phone number, and email address DUNS number Socio-economic status such as Service Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status and NAICS will be verified using VIP. Capability statements Identify geographical service areas Indicate prior experience for same/similar service If you are not located on the island of Oahu, indicate how you intend to fulfill delivery of food items (perishable) to the CLC (must be door-to-door delivery). Delivery must be made within 2-3 days of the order. Indicate what, if any, items on the attached Excel spreadsheet that you CANNOT provide Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The anticipated need is for weekly delivery of food items (perishable and non-perishable) to the VAPIHCS CLC located at 110 Krukowski Road, Honolulu, Hawaii 96819. Delivery must be made within 2-3 days of the order(s). Items delivered must have a shelf life of at least one month. Contractor must be a broad lined distributor of food and foodservice supplies capable of procuring a wide range of products required to meet the needs of a healthcare facility. Contractor must have a minimum of 5 years of experience in food distribution for healthcare facilities in order to thoroughly understand the product and service requirements of the healthcare foodservice industry. The Contractor must have an established healthcare customer base whose volume will dictate an inventory that meets these healthcare customers needs. Contractor must make available a web-based electronic ordering system which displays their full product catalog. Food items delivered shall be in compliance with Hazard Analysis Critical Control Point (HACCP) guidelines (https://www.fda.gov/Food/GuidanceRegulation/HACCP/default.htm). Items received will be compared against the invoice and checked against HACCP standards. Any items not in compliance will be returned to the Contractor. Missing items will be replaced or credited. The Contractor must be able to provide an uninterrupted source of supply. For a historical list of the anticipated need, please see the attached Excel spreadsheet. The attached spreadsheet is only an estimate. There is no current contract. Food items are currently being provided by HFM and Hansen. Invoices will only be accepted on a monthly basis. Weekly invoices will not be accepted. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMROC/DVAMROC/36C26118Q0293/listing.html)
- Record
- SN04815084-F 20180209/180208101845 (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 |