Oklahoma Bids > Bid Detail

8910--Oklahoma City VAMC Dairy Deliveries per Performance Work Statement

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159870464914886
Posted Date: Sep 5, 2023
Due Date: Sep 15, 2023
Solicitation No: 36C25923Q0873
Source: https://sam.gov/opp/355a0106ba...
Follow
8910--Oklahoma City VAMC Dairy Deliveries per Performance Work Statement
Active
Contract Opportunity
Notice ID
36C25923Q0873
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Sep 05, 2023 06:09 am MDT
  • Original Date Offers Due: Sep 15, 2023 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8910 - DAIRY FOODS AND EGGS
  • NAICS Code:
    • 311511 - Fluid Milk Manufacturing
  • Place of Performance:
    Oklahoma City VA Medical Center Oklahoma City , 73104
Description
Request for Quote (RFQ) #: 36C25923Q0811
Sheridan Wyoming VAMC Dairy Deliveries per Statement of Need

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.

* The deadline for all questions is 4:00pm ET, 09/08/2023
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.

** Quotes are to be provided to Lindsey.Zwaagstra@va.gov no later than 4:00pm MT, 09/15/2023.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0811. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 02, 2023.

The North American Industrial Classification System (NAICS) code for this procurement is 311511 with a small business size standard of 1000 employees. This solicitation is unrestricted.
Description of Requirements for the items to be acquired:
Statement of Work
Oklahoma City VA Medical Center (OKCVAMC) Dairy Product Deliveries
Scope: Contractors shall provide all necessary labor, materials, equipment, and supervision necessary to produce and deliver milk and dairy products for OKC Nutrition and Food Services (NFS) for VA Medical Centers located within the OKC Area.

Contract Performance Period: Contract periods will consist of a base year with four one-year options to renew.
Delivery: Contractor will not be required to deliver products on national holidays. Companies must furnish VAMC with milk crates to deliver the milk in which will be returned at the next delivery. Two deliveries per week: Tuesdays and Fridays between 8 am 1 pm.
The following is a list of federal holidays that are observed during work weeks, even if the date falls on a weekend New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day.
Ordering: Orders will be placed by assigned authorized individuals from each individual VAMC. Orders may be placed by phone or Email. If the contractor is not already set up as an EDI Vendor, they may be set up by contacting the VA Automation Center at (512) 356-6931. Orders are based on patient load and amounts will increase or decrease in conjunction with hospital census.

Delivery and Receiving: Contractor will be required to check in with OKCVAMC designated individuals to check all order deliveries in and give signed receipt of delivery. Contract will only deliver items ordered by designated staff at the OKCVAMC.

Authorized Personnel:
A delegation of authority memorandum will be issued after award of contract(s). All contract administration functions relative to the administration of this contract, excluding termination rights, will be delegated to an Administrative Contracting Officer (ACO) of each VAMC.
After contract award(s), inquiries, and correspondence pertaining to administration of this contract shall be addressed to the VAMC from which authorized orders are issued. Only the Contracting Officer (C/O) is authorized to make commitments or issue changes which will affect the price, quantity, quality, or terms of this contract.
Inspection and Acceptance:
An employee of Nutrition and Food Sservice will be designated by the Contracting Officer to accept or reject delivery as to quality and condition of the product. Items rejected all or in part must be removed from the premises within 48 hours of the notification of rejection.
Unless offeror certifies that acceptable inspection has been made (any agency of the Federal Government and using SERV Safe standards for products), a pre-award onsite evaluation of the lowest offeror may be made. This will include inspection and evaluation of the plant, personnel, equipment, and processes of the prospective contractor. An inspection may be made of the premises and employees prior to the award, and conditions found will be considered in award of the contract. The company must provide a certification of passing the required local, state, or national inspections with information about deficiencies on an annual basis. Inspection may be performed at any time during the contract period by the COR and, if it is found that the contractor is not complying with specifications, deliveries will be rejected, and the products covered by this contract will be procured in the open market. Any excess cost occasioned by this action will be charged against the contractor s account.
Payment
Payments will be monthly in arrears upon receipt of a properly executed invoice. Invoices for individual VAMC s shall be submitted to the addresses designated in this contract. In accordance with the prompt payment act, the Government has 30 days after the receipt of a valid invoice to make a payment.
Packing List: There shall be a packing list enclosed with all shipments made under this contract. The packing list shall show the following as a minimum: Contractor s name and address, VA Purchase Order Number (if one is given); The VA Facility and Service placing the order, the items shipped; and quantity.

Commercial Packaging and Labeling:
Products shall be packaged in accordance with commercial practice for milk and dairy products. The package shall afford adequate protection against deterioration and physical damage during shipment from the supply source to the first consuming activity. Packing shall be in accordance with commercial packing complying with Uniform Freight Classification or National Motor Freight Classification, as applicable.
Commercial labeling shall be acceptable provided the day or date of expiration shall be shown in a conspicuous location on the packaging. Products shall be good for at least 7 days after delivery, not including the delivery date. Any commercial or additional labeling shall comply with the Federal Food, Drug and Cosmetic Act and regulations promulgated there under.
Delivery:
Make delivery to:
VAMC Oklahoma City
921 NE 13th Street
Bldg 1, Receiving Dock
Oklahoma City, OK 73104
Item No.
Description
BASE YEAR 1:
October 1, 2023 September 30, 2024
Est. Qty.

Unit
Unit Price
Total Amount
VAMC
VCS
1.
Milk, 1% Low Fat Vitmn A&D
96, 360 pint (.5)

pt
2.
Milk, 2% Reduc Fat Ctn Ref
7,000 pint (.5)

pt
3.
Milk, Choc Skm Ctn Ref FT/FR
5,000 pint (.5)

pt
4.
Milk, WHL Vitm D Ctn Ref
1,000 pint (.5)

pt
5.
Cheese, Cott Sm Curd 1% Milk
520 pounds (5)

lb

Item No.
Description
OPTION YEAR 1:
October 1, 2024 September 30, 2025
Est. Qty.

Unit
Unit Price
Total Amount
VAMC
VCS
1.
Milk, 1% Low Fat Vitmn A&D
96, 360 pint (.5)

pt
2.
Milk, 2% Reduc Fat Ctn Ref
7,000 pint (.5)

pt
3.
Milk, Choc Skm Ctn Ref FT/FR
5,000 pint (.5)

pt
4.
Milk, WHL Vitm D Ctn Ref
1,000 pint (.5)

pt

5.
Cheese, Cott Sm Curd 1% Milk
520 pounds (5)

lb

Item No.
Description
OPTION YEAR 2:
October 1, 2025 September 30, 2026
Est. Qty.

Unit
Unit Price
Total Amount
VAMC
VCS
1.
Milk, 1% Low Fat Vitmn A&D
96, 360 pint (.5)

pt
2.
Milk, 2% Reduc Fat Ctn Ref
7,000 pint (.5)

pt
3.
Milk, Choc Skm Ctn Ref FT/FR
5,000 pint (.5)

pt
4.
Milk, WHL Vitm D Ctn Ref
1,000 pint (.5)

pt
5.
Cheese, Cott Sm Curd 1% Milk
520 pounds (5)

lb



Item No.
Description
OPTION YEAR 3:
October 1, 2026 September 30, 2027
Est. Qty.

Unit
Unit Price
Total Amount
VAMC

1.
Milk, 1% Low Fat Vitmn A&D
96, 360 pint (.5)

pt
2.
Milk, 2% Reduc Fat Ctn Ref
7,000 pint (.5)

pt
3.
Milk, Choc Skm Ctn Ref FT/FR
5,000 pint (.5)

pt
4.
Milk, WHL Vitm D Ctn Ref
1,000 pint (.5)

pt

5.
Cheese, Cott Sm Curd 1% Milk
520 pounds (5)

lb

Item No.
Description
OPTION YEAR 4:
October 1, 2027 September 30, 2028
Est. Qty.

Unit
Unit Price
Total Amount
VAMC
VCS
1.
Milk, 1% Low Fat Vitmn A&D
96, 360 pint (.5)

pt
2.
Milk, 2% Reduc Fat Ctn Ref
7,000 pint (.5)

pt
3.
Milk, Choc Skm Ctn Ref FT/FR
5,000 pint (.5)

pt
4.
Milk, WHL Vitm D Ctn Ref
1,000 pint (.5)

pt
5.
Cheese, Cott Sm Curd 1% Milk
520 pounds (5)

lb



52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; and (II) Price

Volume I - Technical capability or quality of the item offered to meet the Government requirement.
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.

Volume II Price

Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement.
Factor 2. Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Factor 2. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.

Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. Contracting Officer shall insert the following if the solicitation will include options that are exercisable under FAR 52.217-8

(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition.

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference:

FAR 52.203-6
Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (SEP 2006)
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225 5
Trade Agreements (JUL 2020) (DEVIATION)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:

52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days.

52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to Lindsey.Zwaagstra@va.gov by 4:00pm MT, 09/15/2023.

Name and email of the individual to contact for information regarding the solicitation:
Lindsey Zwaagstra
Lindsey.Zwaagstra@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 05, 2023 06:09 am MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >