SOURCES SOUGHT
89 -- FRESH GRILL SANDWICHES
- Notice Date
- 11/7/2022 1:22:45 PM
- Notice Type
- Sources Sought
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0115
- Response Due
- 11/14/2022 10:00:00 AM
- Archive Date
- 12/14/2022
- Point of Contact
- Peter Kim (Supply 4 Chief), Contracting Officer, Phone: (562) 766-2203
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@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 sources sought notice must be in writing. The purpose of this sources 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 Veteran s Integrated Service Network 22 is seeking a contractor to provide prepared sandwiches for patients in the VA Greater Los Angeles medical center. The contractor must be able to provide the following, but not limited to: a. All ready-to-eat food shall be packed in food grade containers/package, in a temperature-controlled atmosphere, refrigerated and placed in a sealed container. No preservatives shall be added. b. Ready to eat food shall comply with the following product definitions: i. Triangle Sandwich: 2 slices of bread, filling as indicated, no condiments, cut crosswise and packed in seal food grade containers. ii. Premium Sandwich is a sandwich other than a triangle sandwich. It may be on special types of bread (such as rolls or ciabatta), a wrap, or a pita. Packed in sealed food grade containers/package iii. For premium sandwiches, there must be available at least 4 varieties of beef and/or pork, and 2 varieties of chicken (without beef or pork), 2 varieties of turkey (without beef or pork), and 2 varieties of vegetarian (at least 1 must be vegan). iv. Soft triangle sandwiches will not contain raw vegetables larger than ΒΌ inch in size, including lettuce, tomato, celery, or onion. Other triangle sandwiches may contain lettuce and tomato. v. Triangle sandwiches there must at least 2 soft varieties available on white bread. c. Unopened food items must be guaranteed to remain in a fresh condition for at least five (5) days after delivery. All ready-to-eat food items are to be date labeled with a five (5) day expiration date. d. Sandwiches bread must not be wet or soggy for at least 5 days after delivery. Produce in the sandwich must be in fresh, crisp condition for at least 5 days after delivery. e. All products shall be prepared and packaged under modern sanitary conditions in accordance with commercial practices and shall be adequately packed to prevent damage during shipping and handling and storage. f. Contents of a specific sandwich variety should remain constant throughout the contract period. It is not acceptable to change the type of meat, vegetables, or other sandwich fillings in a specific sandwich variety without approval from the purchasing party. REGULATORY STANDARDS a. The contractor is responsible for maintaining all health codes and standards of sanitation and safety in the storage, handling, preparation, transportation and delivery of food as enacted by the United States Food and Drug Administration and state or local regulations. b. The contractor at his/her own expense shall maintain all federal, state, and local licenses and permits required for the operation of food services and products provided herein. c. The contractor shall provide its staff with on-going training in food handling and preparation, sanitation and safety procedures and food serving procedures. d. The Contractor shall remove all food servers/handlers found or suspected to be suffering from a communicable disease, disorder, or respiratory problem from the performance under this contract. e. The Contractor shall ensure that all contract staff assigned to this contract are tested annually for Tuberculosis. Results of all tests shall be provided to the Contracting Officer upon contract award and each option year before contract award. Any and all replacement staff shall be tested for Tuberculosis and results shall be sent to the contracting officer within ten days of employment. FOOD PREPARATION CENTER (FPC) AND EQUIPMENT: a. The Contractor food preparation center (FPC) shall conform to the guidelines established by applicable state local requirements. The sanitary inspection rates of the kitchen facility must be 90 percent or above. The facility shall be available for inspection by VA GLA personnel with a 24 hour notice. b. The FPC shall have waterproof painted walls, flooring shall be smooth and of durable construction of non-absorbent material, shall have clean equipment; and a separate preparation are for clinical diets. In addition, the FPC shall be free from pests and vermin with adequate space for storage and stock rotation of refrigerated and dry goods. c. The FPC shall also contain hot and cold running water, separate handwashing sinks, security protocols and other nationally recognized manuals on diets and Emergency Food Services Plans. d. Food Service equipment purchased shall meet the American National Standards Institute (ANSI) standards for sanitation and safety and be certified or listed by a nationally recognized testing agency. FOOD STORAGE REQUIREMENTS: a. The Contractor shall store perishable food items at proper temperatures to prevent spoilage and other bacterial action. Perishables must be stored at or below 40 degrees Fahrenheit and frozen foods must be maintained at or below 0 degrees Fahrenheit. Shelf stable foods must be stored between 50 degrees Fahrenheit and 70 degrees Fahrenheit. b. Food not subject to further washing or cooking before serving shall be stored in a way that protects against bacterial cross-contamination from foods requiring washing or cooking. c. Condiments shall be protected from contamination by being stored in containers that are designed to provide adequate protection. DELIVERY REQUIREMENTS a. Deliveries shall be made of specified items in specified quantities indicated in the daily schedule provided by the COR monthly. Contractor shall receive a minimum of one working day advance notice of changes needed for specified items. b. Deliveries shall be made Wednesday, Friday, Sunday, Monday, except holiday, between the hours of 5:30 a.m. and 6:30 a.m. PT, no exceptions. c. Deliveries shall be made in a temperature controlled refrigerated vehicle capable of maintaining temperatures between 35 degrees 45 degrees Fahrenheit. TABLE 1. PREMIUM SANDWICH ORDERED ACCEPTABLE TEMPORARY SUBSTITUTE (IN ORDER OF PREFERENCE) PREMIUM, ROAST BEEF (1) PREMIUM, ROAST BEEF (2) PREMIUM, HAM (3) PREMIUM, TURKEY & HAM (4) TRIANGLE, ROAST BEEF PREMIUM, HAM (1) PREMIUM, HAM (2) PREMIUM, TURKEY & HAM (3) PREMIUM, ROAST BEEF (4) TRIANGLE, HAM & CHEESE PREMIUM, TURKEY & HAM (1) PREMIUM, HAM (2) PREMIUM, TURKEY (3) PREMIUM, CHICKEN (4) TRIANGLE, HAM & CHEESE PREMIUM, CHICKEN (1) PREMIUM, CHICKEN (2) PREMIUM, TURKEY (3) TRIANGLE, CHICKEN SALAD PREMIUM, TURKEY (1) PREMIUM, TURKEY (2) PREMIUM, CHICKEN (3) TRIANGLE, TURKEY PREMIUM, VEGETARIAN (1) PREMIUM, VEGAN (2) TRIANGLE, EGG SALAD PREMIUM, VEGAN (1) TRIANGLE, PEANUT BUTTER & JELLY TABLE 2. TRIANGLE SANDWICH ORDERED ACCEPTABLE TEMPORARY SUBSTITUTE (IN ORDER OF PREFERENCE) TRIANGLE, ROAST BEEF ON WHEAT BREAD (1) TRIANGLE, ROAST BEEF ON WHITE (2) TRIANGLE, TURKEY ON WHEAT TRIANGLE, CHICKEN SALAD ON WHEAT BREAD (1) TRIANGLE, CHICKEN SALAD ON WHITE (2) TRIANGLE, TUNA SALAD ON WHEAT TRIANGLE, CHICKEN SALAD ON WHITE BREAD (1) TRIANGLE, CHICKEN SALAD ON WHEAT (2) TRIANGLE, TUNA SALAD ON WHEAT TRIANGLE, TUNA SALAD ON WHEAT BREAD (1) TRIANGLE, TUNA SALAD ON WHITE (2) TRIANGLE, CHICKEN SALAD ON WHEAT TRIANGLE, TURKEY ON WHEAT BREAD (1) TRIANGLE, TURKEY ON WHITE (2) TRIANGLE, CHICKEN SALAD ON WHEAT TRIANGLE, EGG SALAD ON WHEAT BREAD (1) TRIANGLE, EGG SALAD ON WHITE (2) TRIANGLE, PEANUT BUTTER & JELLY ON WHEAT TRIANGLE, EGG SALAD ON WHITE BREAD (1) TRIANGLE, EGG SALAD ON WHEAT (2) TRIANGLE, PEANUT BUTTER & JELLY ON WHEAT TRIANGLE, HAM & CHEESE ON WHEAT BREAD (1) TRIANGLE, HAM & CHEESE ON WHITE (2) TRIANGLE, ROAST BEEF ON WHEAT TRIANGLE, PEANUT BUTTER & JELLY ON WHEAT BREAD TRIANGLE, PEANUT BUTTER & JELLY ON WHITE If you are interested and are capable of providing the required product(s) please provide the following information. (1) Company Name, Address, Point of Contact, SAM Unique Entity ID, DUNS number, and Cage Code. (2) 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. (3) Is your company considered small under the NAICS code 311991 Perishable Prepared Food Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 311991 (500 employees). Responses to this notice shall be submitted via email to peter.kim33@va.gov . Telephone responses will not be accepted. Responses must be received no later than 11/14/2022 10:00 AM PT. After review of the responses to this sources sought announcement, a solicitation may be published on the SAM.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/537440e2f50e48e9a03e6ee31854a051/view)
- Record
- SN06511921-F 20221109/221107230103 (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 |