SOURCES SOUGHT
89 -- Bread for Patients at VA Stations GLA, SD & LL
- Notice Date
- 3/6/2020 2:44:12 PM
- Notice Type
- Sources Sought
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0481
- Response Due
- 3/13/2020 12:00:00 AM
- Archive Date
- 03/28/2020
- Point of Contact
- Singletary, Ryanryan.singletary@va.gov
- E-Mail Address
-
Ryan.Singletary@va.gov
(Ryan.Singletary@va.gov)
- Awardee
- null
- Description
- Page 6 of 6 Responses must be received no later than Friday, March 13, 2020 at 12:00 p.m. PST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 311991 or related. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide bread for the Veteran Affairs Greater Los Angeles, San Diego & Loma Linda Healthcare Systems. Period of performance: 12 months from the date of award plus 4 12-month option years, Statement of Work is attached. Line Item Type/Description Unit Est. Quantity 1 BREAD, WHITE, ENRICHED, FRESH, SLICED, STYLE-REGULAR SLICE, SHAPE-SANDWICH, NOT CONTINUOUS MIXED, APPROX. 24 OZ LOAF, MIN. 21 SLICED PER LOAF. PG 1000 2 BREAD, WHOLE WHEAT, FRESH, SLICED, STYLE-REGULAR SLICE, SHAPE-SANDWICH, CONTAINING MINIMUM 3 GRAM OF FIBER PER SLICE, 24 OZ PER LOAF, SLICE B, STYLE 1, MIN. 21 SLICES PER LOAF. PG 6000 3 WHEAT HAMBURGER BUNS PG 2400 4 BREAD, ROLLS, HOT DOG, WHITE, CLASS B, SLICED, 6"" LENGTH, 12 PER PACKAGE. PG 80 5 WHITE DINNER ROLL 12/PKG PG 400 6 100% WHEAT DINNER ROLL -12/PKG PG 2600 7 BREAD, ROLL, CLASS-DINNER, STYLE-SOURDOUGH, PAR-BAKED, SOFT, ENRICHED, 96 PER BOX BX 240 8 WHITE DINNER ROLL (wrapped) 20/CS CS 200 9 100% WHEAT DINNER ROLL (wrapped)-20/CS CS 520 10 BREAD, ROLLS, FRENCH, STYLE-WHITE, FRESH, ENRICHED, HEARTH BAKED, 6"", SLICED, HINGED. 12 PER PACKAGE. PG 8350 11 BREAD, ROLLS, CLASS-HAMBURGER, FRESH, STYLE-WHITE, ENRICHED, SLICED, PLAIN, SEEDLESS, 4"" DIA., 6 PER PKG. PG 5175 12 BREAD ROLLS, CLASS-DINNER, FRESH, UNSLICED, STYLE-MULTI-GRAIN, PAN-BAKED SOFT, 12 PER PACKAGE. PG 280 13 DINNER, ROLL, PRETZEL, FRESH, 12 PER PACKAGE PG 3310 14 WHOLE GRAIN DINNER ROLL, PAR BAKED PG 262 15 BUN, HAMBURGER, WHOLE WHEAT, 4', SLICED PG 214 16 BUN, HAMBURGER, WHITE, 4, SLICED PG 36 17 BREAD, CINNAMON RAISIN, 1/2"" SLICED PG 50 18 BUN, HOT DOG, WHITE, 6"", SLICED PG 34 19 WHITE DINNER ROLL, PAR-BAKED PG 103 20 RAISIN BREAD LOAF EA 100 21 RYE BREAD LOAF EA 200 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) 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. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, March 13, 2020 at 12:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. See attached document: Draft Statement of Work. STATEMENT OF WORK Objective The contractor will provide fresh bread products listed on the schedule to the VA Greater Los Angeles, San Diego and Loma Linda Healthcare Systems. Orders shall be placed by email, telephone, or in writing via fax, as mutually agreed upon between the facility point of contact (POC) and contractor one business day prior to the anticipated delivery date. Period of Performance The awarded contract shall be for 12 months from the date of award plus 4 12-month option periods. Compliance with Federal Laws and Regulations 1. All deliveries shall conform in every respect to the provision of the federal food, drug, and cosmetic Act USC title 21, chapter 9 (FD&C Act) and regulation promulgated there under. 2. Where applicable, the interpretation of requirements (Descriptive terms), methods ascertaining grades, testing, etc., shall bee in accordance with those contained in the U.S. standards for the particular products in effect on the date of solicitation. 3. The contractor agrees to provide the products listed to the VAGLAHS and for 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. 4. 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 provision shall be considered grounds for default of the contract. 5. Ingredients for fresh or frozen bread and bakery products shall consist of flour, water, salt, yeast, emulsifiers or stabilizers, and other ingredients appropriate for the type of bread specified in the schedule of products. The fresh or frozen bread include mold inhibitors of proper levels as allowed by the federal Food, Drug and Cosmetic Act. 6. Products shall be delivered in an enclosed truck, which protects the bread products from dirt or other contamination. Bread products shall be delivered on racks and not stacked one on top the other unless separated by shelving or spacers. All loaves, packages and individually wrapped breads and rolls will be clearly labeled with the expiration or used by date. Product Requirements 1. Enriched Flour: When the bread or bakery product is enriched, the wheat flour used for the bread shall conform to the U.S. Standards of Identity for Enriched Flour (1 CFR 137.165) and shall be milled from a variety of hard and or soft wheat. 2. Appearance and Color: The fresh or frozen bread and applicable bakery products shall have a uniformly brown crust which is characteristic of the bread product. The fresh or frozen bread and baker products shall have a typical volume, characteristic grain, and be evenly baked and without evidence of foreign odors or flavors, burnt, scorched, stale, rancid or moldy. The delivered products shall not be crushed o damaged. 3. Freshness Requirements for Bread Products: Fresh bread and bakery products shall conform to the following freshness requirements: a. Bread (Loaf, muffins, hamburger and hotdog rolls) shall be delivered to the VA Facilities within 24 hours after baking. b. Brown and serve rolls shall be delivered within 36 hours after production. Packaging, Packing and Labeling 1. 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 practice and applicable carrier rules and regulations involving shipment from the contractor to the receiving activity for storage. Shipping containers shall be incompliance with National Motor Freight Classification and Uniform Freight classification (Issue in effect at the time of shipment). 2. All packaging shall be in accordance with good commercial practice. 3. Labeling shall be in accordance with commercial labeling, complying with the Federal Food, Drug, and Cosmetic Act and regulations promulgated there under. 4. All items must be identified with readable dates (open code dates0, or color-coded dates. The product color code shall explain the actual date of production. The successful offeror shall furnish the POC and the contracting officer with the instructions for deciphering the date on which the pasteurization process was completed. This information is to be furnished within five days of award of a contract. Failure to comply with this requirement will render a contract in default and grounds for termination. Deliveries Deliveries shall be made to the area(s) listed, unless otherwise directed by the POC or designated individual shall sign for all deliveries. Off-loading of products shall occur in the presence of VA authorized receiving personnel as indicated (contact person) or his/her designated representative. CONTRACTOR DELIVERY REPSONSIBILITIES; Delivery location Delivery Days Delivery Time POC Contact number VA Greater Los Angeles, San Diego & Loma Linda Healthcare Systems Nutrition and Food Services; Main Kitchen Loading Dock Mon, Tues, Thurs, Friday and Saturday Between the hours of 6:30-8:00 a.m. TBA TBA Replacement of rejected products(s) shall be delivered the same day no later than 1:00 pm, unless otherwise specified by the POC. NO DELIVERIES WILL BE REQUIRED ON SUNDAYS OR NATIONAL LEGAL HOLIDAYS. THIS IS APPLICABLE TO ALL DELIVERY POINTS. In accordance with 5 U.S.C. 6103, Executive order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official 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 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 When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. NOTE: If delivery falls on a holiday, the contractor must then delivery the next business day unless the POC at the VA Facility; makes other arrangements. Delivery of Goods: The government reserves the rights to inspect delivered goods for compliance of specifications, including, but not limited to correct product(s) and quantities, proper packaging, damage goods, etc. The contractor shall demonstrate compliance with performance standards by showing that their process adherences to an appropriately designed, Validated Hazardous Analysis Cri9tical Control Point (HACCCP) plan. Any item(s) determined unacceptable shall be refused with full credit/replacement, at the discretion of the Government. Delivery Vehicles: The Government further reserves the right to enter and inspect any vehicle used to deliver 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 POC. Inspection of Facilities: The Government may, prior to contract award or at any time during the term of the contract inspect the Contractor s plant, personnel, equipment and process to ensure compliance with State/Federal sanitation regulation requirements. All products furnished under the awarded contract shall be process at plants that have been inspected by 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 inspections were made not more than six (6) months prior to the proposed contract period. Physical Security and Facility Considerations 1. The contractor employees and/or Subcontractors approved by the POC shall wear visible identification at all times while on the premises of the facilities with the VISN. Identification shall include but not be limited to a company identification care, which shall include the company name, employee name, title, and a photograph of the employee. Contractor employees shall maintain a professional appearance commensurate to their industry. 2. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. 3. Any interior or exterior doors that shall be unlocked to gain access shall be kept locked during the performance of work unless it results in the creation of a safety hazard. In those instances the Contractor is responsible to take necessary actions to maintain the same level of security prior to gaining access/performing work. Should any other devices need to be unlocked like an entry gate, those devices shall be locked immediately upon entry or exit. At no time shall the Contractor allow any person into a locked area or lean keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and its employee to contractual and other legal remedies. 4. Contractor personnel are required to check into the facility Police & Security office at each visit to pick up a contractor badge prior to contracting the POC. The Contractor s staff shall also be required to sing in and out each day at a designated location determined by the POC. 5. The Contractor agrees that one of its officers or employees shall use or reveal any research, statistical, medical, or security information which may be obtained during the performance of the work or as a result of their presence on Government premises without the written consent of the Government. 6. Smoking is prohibited inside any buildings at facilities with VISN 22. 7. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 8. The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. The Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing the work. Manufacturing Standards 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. 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 POC, in accordance with the Contracting Officer, will accept or reject the product. Authorization The contractor shall contact the Contracting Officer on all matters pertaining to administration. Subcontractors: The Contracting Officer shall approve/disapprove all subcontractors used at any time during this contract. Contractor shall list the name and address of all subcontractors. The Contracting Officer shall be notified immediately if the Contractor should change any of the subcontractor(s) utilized for this contract and provide their name and address. Contracting Officer shall approve/disapprove subcontractors. Ordering Capabilities The POC or other delegate of Nutrition and Food Service shall place orders by email, telephone, in writing via fax, or any manner consistent with accepted business practices one business day prior to the anticipated delivery date. An order number will be provided to each facility at the time the order is placed. Availability, Substitutions and Alternates: Contractor will order quantities of products based on the facility s menu needs, with oversight and concurrence from facility. All products offered within a Bid Group will be available to be ordered for delivery at any location within that Bid Group. Any proposed alternate items shall meet the requirements of the Government specifications as cited in the Index of Federal Specifications/Standards (FED) and or commercial Item Description (CID). A-A-20052B and A-A-20053B. Contractor will not substitute any items and will not increase or decrease quantities ordered without prior approval from the POC. 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. The Government does not guarantee the estimated yearly quantity. Evaluation Evaluation of offers will be based on capability to meet the Government requirements, past performance, and price. 1. Preference may be given to offers that provide prices for product in containers as specified. However, vendors may offer alternate container (packaging) options and pricing. 2. Award will be made to the offeror that is determined to be the best value for the Government. 3. Alternative methods, (i.e. organic) are encouraged. If presenting alternative methods, please specify that in your bid.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a69be57d6ede4796b033bbba27224037/view)
- Place of Performance
- Address: 4811 Airport Drive, Suite 600;Long Beach, CA 90815, USA
- Zip Code: 90815
- Country: USA
- Zip Code: 90815
- Record
- SN05582359-F 20200308/200307085921 (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 |