DOCUMENT
89 -- Dairy Products - Attachment
- Notice Date
- 4/16/2012
- Notice Type
- Attachment
- NAICS
- 311511
— Fluid Milk Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Central Iowa Health Care System;Des Moines Division;3600 30th Street;Des Moines IA 50310
- ZIP Code
- 50310
- Solicitation Number
- VA26312Q0302
- Response Due
- 5/1/2012
- Archive Date
- 6/30/2012
- Point of Contact
- Sarah Schauf
- E-Mail Address
-
9-5738<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This is a requirement for dairy products for the Department of Veterans Affairs, Central Iowa Health Care System, Des Moines, Iowa, 50310. The period of performance is from Date of Award through March 31, 2013. Bids are being requested and a written solicitation will not be issued. The solicitation number is VA263-Q-0302. The contract type is firm-fixed price, FOB Destination. The Government will award to the responsible offeror whose offer, conforming to the solicitation, that are considered to be most advantageous to the Government, with technical, past performance, SDVO/VO Subcontracting and price considered. The associated North American Industrial Classification System (NAICS) code for this procurement is 424430 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit. FOB Destination shall be to Central Iowa Health Care System, Des Moines, Iowa, 50310. STATEMENT OF WORK 1. AUTHORIZATION FOR CHANGES: The contractor shall contact the Contracting Officer on all matters pertaining to administration. Only the contracting Officer is authorized to make commitments to issues changes which will affect the price, quantity, and quality or delivery term ms of this contract. 2. ALTERNATE ITEMS, PACKAGING, AND PACKING Offerors may propose alternate items, packaging, or packing. Offerors shall clearly indicate, in their offer the quantity, packaging size, unit or other different features upon which the offer is submitted. Evaluation of the alternate items will be made against a common denominator (i.e.; weight, package quantity, etc.) Offerors are reminded that the alternate item must meet all the requirements of the Government specifications. Availability of requirements documents cited in the solicitation: a)The GSA Index of Federal Specification (FEDS), Standards and Commercial Item Descriptions (CID), FPMR Part 101-29 and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to: GSA Federal Supply Services Specifications Section, Suite 8100 470 Lenfant Plaza, SW Washington, DC 20407 Telephone 202 619 8925 Fax 202 619 8978 b)If the General Services Administration, Department of Agriculture, or Department of Veteran Affairs issued this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph C2.2(a) of this provision. Additional copies will be issued for a fee. 3. PRODUCT QUALITY AND FRESHNESS All milk shall be delivered to the requested destination no later than 72 hours after said milk is pasteurized. This requirement is in accordance with the CID Specification #, A-A-20338 dated October 31, 2001 and CID A-A-20154A dated June 30, 1994. All milk and milk product items furnished under this contract shall be fresh and of the highest quality. Failure to comply with this condition will be considered grounds for contract default against the offeror. The successful offeror shall furnish to the COTR and or the Contracting Officer the code or instructions to decipher the date on which the pasteurization process was completed. This information shall be furnished within five (5) days from award of the contract. Failure to comply with this condition will be considered grounds for contract default against the offeror. All products furnished under this contract shall be processed and packed 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. Unless otherwise specified in the item specification or solicitation, marking shall be in accordance with best commercial practice. Any commercial or additional labeling as specified which complies with the U.S. Food, Drug, And Cosmetic Act, and regulations promulgated there under, is acceptable. 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 COTR, in accordance with the Contracting Officer, will accept or reject the product. Additional packaging, packing, and/or marking requirements can be found in the Addendum to 52.212-4, Terms and Conditions - Commercial Items. 4. DELIVERIES OR PERFORMANCE The Contracting Officer shall authorize VA CIH personnel to place orders throughout the week for milk and dairy products listed in the schedule of pricing. At no time can the estimated order(s) exceed the total of this contract. Orders shall be placed no less than 1 work day prior to required delivery date, upon delivery at the receiving location, items ordered shall be less than 24 hours old. Deliveries shall be made between 6:00 a.m. and 1:00 p.m., local time on Monday through Friday, as requested by the COTR or his/her designee, excluding Saturdays, Sunday and federal holidays. Deliveries shall be made within the premises at the following location: VA Central Iowa Health Care System Des Moines Dept 120-Nutrition and Food Service 3600 30th Street Bldg 2 Dock Des Moines IA 50310 *Deliveries accepted between 6:00 a.m and 1:00 p.m. Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: Memorial Day 5/28Thanksgiving 11/22 4th of July 7/4Christmas 12/25 Labor Day 9/3New Years 1/1 Columbus Day 10/8MLK Day 1/21 Veteran's Day 11/12Presidents Day 2/18 When one (1) of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday by U.S. Government Agencies. Also included would be any day specifically declared by the President of the United States of America as a Federal Holiday. 5. INSPECTION OF PLANTS: All product furnished under the awarded contract shall be processed 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 inspection was made not more than six (6) months prior to the proposed contract period. The Contracting Officer or his/her designee reserves the right to make pre-award, on-site survey and inspection of the plant, personnel, equipment and processes of the offeror prior to making award, and conditions found will be considered in awarding the contract. Inspection(s) may also be made at any time during the life of the contract 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. B.2 PRICE/COST SCHEDULE Date of award through May 15th, 2013 Estimated Quantities for the period of Award ITEM DESCRIPTION OF QTY UNIT UNIT TOTAL PRICEAMOUNT NO. SUPPLIES/SERVICES 0001 Milk, Group 1 (pasteurized) 141,000 EA _______________________________ Type B(2% Reduced fat) ½ Pint container CID A-A-20338 0002 Milk, Group 1 (pasteurized)30,200 EA________________________________ Type D (skim) ½ Pint container CID A-A-20338 0003 Cottage Cheese, 5300 CO ________________________________ Group A Cultured, Type II (lowfat), Class 1 (unflavored), Style a (small curd) 5lb containers CID A-A-20154A 0004Milk, Group 1 (pasteurized)40,000EA ________________________________ Type D-Nonfat Flavor B Choc ½ Pint CID A-A-20338 0005 Milk, Group 1 (pasteurized) 450GL________________________________ Type B (2% reduced fat) Gallons CID A-A-20338 Total____________________________ All projections are approximate and are based on best estimates derived from previous usage. The Central Iowa Health Care System in Des Moines Iowa requires the following items, Meet or Exceed, to the following: 0001Milk, Group 1 (pasteurized) Type B(2% Reduced fat) ½ Pint container CID A-A-20338 0002 Milk, Group 1 (pasteurized) Type D (skim) ½ Pint container CID A-A-20338 0003Cottage Cheese, 5 Group A Cultured, Type II (lowfat), Class 1 (unflavored), Style a (small curd) 5lb containers CID A-A-20154A 0004 Milk, Group 1 (pasteurized) Type D-Nonfat Flavor B Choc ½ Pint CID A-A-20338 0005Milk, Group 1 (pasteurized) Type B (2% reduced fat) Gallons CID A-A-20338 Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52-212-2 Evaluation - Commercial Items (Technical Capability, Past Performance, SDVO/VO Subcontracting and Price), (significantly more); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52-225-25, VAAR 852-219-71, VAAR 852.219-72, VAAR 852-203-70, VAAR 852-216-70, VAAR 852.273-76, VAAR 852.246-70 (VAAR 852.246-71A1); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52-209-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-3 Alt 1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to the solicitation, the offeror review and completed the attached solicitation VA263-12-Q-0302, and agrees to all terms and conditions set forth in the solicitation document by signing blocks 30a and 30b of the attached. The offeror shall submit the attached RFQ with their proposal and all other supporting documents with their proposal to: VA Central Iowa Healthcare System 3600 30th St (90C) Sarah Schauf Des Moines, Iowa 50310 Offers are due on 1000 A.M. CST, March 15, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DmVACIHCS/VACIHCS/VA26312Q0302/listing.html)
- Document(s)
- Attachment
- File Name: VA263-12-Q-0302 VA263-12-Q-0302_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323424&FileName=VA263-12-Q-0302-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323424&FileName=VA263-12-Q-0302-000.docx
- File Name: VA263-12-Q-0302 VA263-12-Q-0302ATTACHMENT.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323425&FileName=VA263-12-Q-0302-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323425&FileName=VA263-12-Q-0302-001.DOCX
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-12-Q-0302 VA263-12-Q-0302_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323424&FileName=VA263-12-Q-0302-000.docx)
- Place of Performance
- Address: 3600 30th St.;Des Moines, Iowa
- Zip Code: 50310
- Zip Code: 50310
- Record
- SN02722725-W 20120418/120416234506-27500eb80fcafda6793e8965ae13a031 (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 |