Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2015 FBO #5040
DOCUMENT

89 -- MILK AND DAIRY PRODUCTS - FY16 VA UPSTATE NEW YORK HEALTHCARE SYSTEM - SIX (6) FACILITIES - Attachment

Notice Date
9/9/2015
 
Notice Type
Attachment
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;NETWORK CONTRACTING OFFICE 2;VA MEDICAL CENTER;76 VETERANS AVENUE;BATH, NY 14810
 
ZIP Code
14810
 
Solicitation Number
VA52815Q0360
 
Response Due
9/16/2015
 
Archive Date
11/15/2015
 
Point of Contact
EDWARD LYKE
 
Small Business Set-Aside
N/A
 
Description
Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 B.1 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)36 B.2 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD (JUN 1988)36 B.3 52.217-5 EVALUATION OF OPTIONS (JUL 1990)37 B.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)37 B.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)37 B.6 52.232-18 AVAILABILITY OF FUNDS (APR 1984)37 Statement of Work for Milk and Dairy Products Veterans Integrated Service Network 2 (VISN 2) VA Upstate New York Healthcare System 1. OVERVIEW: The Contractor shall provide milk and dairy products to one or more* of the six (6) VA Medical Center facilities (hereafter referred to as the VA) located at the following locations: Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 VA Western New York Healthcare System (Batavia) 222 Richmond Avenue Batavia, NY 14202 VA Medical Center 76 Veterans Avenue Bath, NY 14810 VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424 VA Medical Center 800 Irving Avenue Syracuse, NY 13210 VA Western New York Healthcare System (Buffalo) 3495 Bailey Avenue Buffalo, NY 14215 * Interested vendors may submit proposals for any of the facilities listed above. Vendors must bid on all items for a particular facility (or facilities) or the bid will be deemed non-responsive and will not be considered for award. All quotes must be received by 09/16/2015 at 3:00 p.m. EST. The VA intends to award a firm, fixed price contract for the provision of milk and dairy products. The quantities listed in the attached Pricing Schedule are estimated requirements for the Nutrition & Food Services. The Contractor shall be a United States (US) Vendor and a US citizen. 2. SCOPE OF WORK: A. General: The scope of this requirement involves providing milk and dairy products, which conform to the specifications outlined and referenced herein to the VA's Nutrition & Food Service, located at the addresses shown in paragraph 1 above. B. Quantities: The quantities listed in the attached Pricing List represent the estimated quantities that will be ordered over the base period and option year. The actual quantity ordered may vary from this estimate but shall not exceed the total estimated quantity for the base and two (2) option years without the prior written approval of the Contracting Officer. C. Period of Performance: The period of performance for the provision of milk and dairy products shall be a base period from October 01, 2015 through September 30, 2016 with the possibility of two (2) one-year option periods from October 01, 2016 through September 30, 2018. The decision to exercise one or both of the option years rests solely with the Government. ***Please provide pricing information on tables below*** D. The following items shall be delivered to the VA Medical Center, 113 Holland Avenue, Albany, NY 12208. Requirements are for the period 10/01/2015 through 9/30/2018 VAMC Albany, NY - Base Period (October 01, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, 1% LOW FAT, PASTEURIZED, HALF PINT CARTON. 25,285 CO 2MILK, 1% LOW FAT, PASTEURIZED, 4OZ CARTON 34,875 CO 3 MILK, WHOLE, HOMOGENIZED, ADDED VITAMIN A AND D, ½ PINT CARTON 16,175 CO 4MILK, WHOLE, HOMOGENIZED, ADDED VITAMIN A AND D, 4 OZ CARTON 3,900 CO 5MILK, SKIM, PASTEURIZED, ADDED VITAMIN A AND D, ½ PINT CARTON 5,975CO 6MILK, FLAVORED, CHOCOLATE, ½ PINT 5,100CO 7MILK, LACTAID, ½ PINT CARTON. 2,380CO 8MILK, 1% LOW FAT, PASTEURIZED, VITAMIN A AND D ADDED, 1 GALLON CONTAINER 840GL TOTAL AGREGATE PRICE BASE PERIOD: ? VAMC Albany, NY - Option Year 1 (October 01, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, 1% LOW FAT, PASTEURIZED, HALF PINT CARTON. 25,285 CO 2MILK, 1% LOW FAT, PASTEURIZED, 4OZ CARTON 34,875 CO 3 MILK, WHOLE, HOMOGENIZED, ADDED VITAMIN A AND D, ½ PINT CARTON 16,175 CO 4MILK, WHOLE, HOMOGENIZED, ADDED VITAMIN A AND D, 4 OZ CARTON 3,900 CO 5MILK, SKIM, PASTEURIZED, ADDED VITAMIN A AND D, ½ PINT CARTON 5,975CO 6MILK, FLAVORED, CHOCOLATE, ½ PINT 5,100CO 7MILK, LACTAID, ½ PINT CARTON. 2,380CO 8MILK, 1% LOW FAT, PASTEURIZED, VITAMIN A AND D ADDED, 1 GALLON CONTAINER 840GL TOTAL AGREGATE PRICE OPTION YEAR 1: VAMC Albany, NY - Option Year 2 (October 01, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, 1% LOW FAT, PASTEURIZED, HALF PINT CARTON. 25,285 CO 2MILK, 1% LOW FAT, PASTEURIZED, 4OZ CARTON 34,875 CO 3 MILK, WHOLE, HOMOGENIZED, ADDED VITAMIN A AND D, ½ PINT CARTON 16,175 CO 4MILK, WHOLE, HOMOGENIZED, ADDED VITAMIN A AND D, 4 OZ CARTON 3,900 CO 5MILK, SKIM, PASTEURIZED, ADDED VITAMIN A AND D, ½ PINT CARTON 5,975CO 6MILK, FLAVORED, CHOCOLATE, ½ PINT 5,100CO 7MILK, LACTAID, ½ PINT CARTON. 2,380CO 8MILK, 1% LOW FAT, PASTEURIZED, VITAMIN A AND D ADDED, 1 GALLON CONTAINER 840GL TOTAL AGREGATE PRICE OPTION YEAR 2: VAMC Albany Base Year October 1, 2014 through September 30, 2015$ Option Year 1 October 1, 2015 through September 30, 2016$ Option Year 2 October 1, 2016 through September 30, 2017$ _________________________________________________________________________ Total Aggregate Price Base + 2 one-year options$ ? E. The following items shall be delivered to the VA Medical Center, 222 Richmond Avenue, Batavia, NY 14202. Requirements are for the period 10/01/2015 through 9/30/2018: VAMC Batavia, NY - Base Year (October 1, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, HALF PINT CONTAINER 12,000 CO 2FLAVORED MILK, CHOCOLATE, HOMOGENIZED CID AA 20113, GROUP C PASTEURIZED TYPE VI, ADCOP CLASS 2, CHOCOLATE FLAVORED MILK, LOWFAT, HALF PINT CONTAINER 15,000CO 3 MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 1 GALLON CONTAINER 30 GL 4MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, HALF-PINT CONTAINER 75,000 CO 5MILK, WHOLE, HOMOGENIZED, HALF PINT CONTAINER11,000CO 6MILK-LACTAID- 1 QT CONTAINER600QT 7YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE W/AB CULTURES, 4 OZ DISPOSABLE CONTAINER7,700CO 8COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER115CO 9PREMIUM EGG NOG, QT15QT TOTAL AGREGATE PRICE BASE PERIOD: ? VAMC Batavia, NY - Option Year 1 (October 1, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, HALF PINT CONTAINER 12,000 CO 2FLAVORED MILK, CHOCOLATE, HOMOGENIZED CID AA 20113, GROUP C PASTEURIZED TYPE VI, ADCOP CLASS 2, CHOCOLATE FLAVORED MILK, LOWFAT, HALF PINT CONTAINER 15,000 CO 3 MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 1 GALLON CONTAINER 30 GL 4MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, HALF-PINT CONTAINER 75,000 CO 5MILK, WHOLE, HOMOGENIZED, HALF PINT CONTAINER11,000CO 6MILK-LACTAID- 1 QT CONTAINER600QT 7YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE W/AB CULTURES, 4 OZ DISPOSABLE CONTAINER7700CO 8COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER115GL 9PREMIUM EGG NOG, QT15QT TOTAL AGREGATE PRICE OPTION YEAR 1: VAMC Batavia, NY - Option Year 2 (October 1, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, HALF PINT CONTAINER 12,000 CO 2FLAVORED MILK, CHOCOLATE, HOMOGENIZED CID AA 20113, GROUP C PASTEURIZED TYPE VI, ADCOP CLASS 2, CHOCOLATE FLAVORED MILK, LOWFAT, HALF PINT CONTAINER 15,000 CO 3 MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 1 GALLON CONTAINER 30 GL 4MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, HALF-PINT CONTAINER 75,000 CO 5MILK, WHOLE, HOMOGENIZED, HALF PINT CONTAINER11,000CO 6MILK-LACTAID- 1 QT CONTAINER600QT 7YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE W/AB CULTURES, 4 OZ DISPOSABLE CONTAINER7700CO 8COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER115GL 9PREMIUM EGG NOG, QT15QT TOTAL AGREGATE PRICE OPTION YEAR 2: ? VAMC Batavia Base Year October 1, 2014 through September 30, 2015$ Option Year 1 October 1, 2015 through September 30, 2016$ Option Year 2 October 1, 2016 through September 30, 2017 $ ___________________________________________________________________________ Total Aggregate Price Base + 2 one-year options $ ? F. The following items shall be delivered to the VA Medical Center, 76 Veterans Avenue, Bath, NY 14810. Requirements are for the period 10/01/2015 through 9/30/2018: VAMC Bath, NY - Base Year (October 1, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1CHEESE, COTTAGE CULTURED SMALL CURD.5%-2% MILKFAT 5LB CONTAINERS 1500 CO 2CREAM, SOUR HOMOGENIZED, CULTURED 18% MINIMUM BUTTERFAT PLAIN 5LB CONTAINERS 50CO 3MILK LOWFAT 2% MILKFAT HALF PINT CONTAINERS 80,000 CO 4MILK FAT FREE SKIM MILK HALF PINT CONTAINERS 50,000 CO 5MILK LOW FAT 2% MILKFAT 1 GALLON CONTAINERS1500GL 6MILK LOW FAT 2% MILKFAT 1/4 PINT CONTAINERS7,000QT 7MILK FAT FREE SKIM MILK 1/4 PINT CONTAINERS500CO 8MILK LOW FAT CHOCOLATE 1% 1/2 PINT CONTAINERS55,0000CO 9EGG NOG 1/2 GALLON CONTAINERS40CO 10HALF & HALF DAIRY CREAMERS 3/8OZ 420 TO A CASE20CS 11YOGURT, LOW FAT ASSORTED FLAVORS 6OZ CONTAINERS 12 TO A CASE PEACH 872 BLUEBERRY 871 STRAWBERRY 874 CHERRY 875 VANILLA 877 RASPBERRY 873 STRAWBERRY BANANA 87616,000CO TOTAL AGREGATE PRICE BASE PERIOD: VAMC Bath, NY - Option Year 1 - (October 1, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1CHEESE, COTTAGE CULTURED SMALL CURD.5%-2% MILKFAT 5LB CONTAINERS 1500 CO 2CREAM, SOUR HOMOGENIZED, CULTURED 18% MINIMUM BUTTERFAT PLAIN 5LB CONTAINERS 50CO 3MILK LOWFAT 2% MILKFAT HALF PINT CONTAINERS 80,000 CO 4MILK FAT FREE SKIM MILK HALF PINT CONTAINERS 50,000 CO 5MILK LOW FAT 2% MILKFAT 1 GALLON CONTAINERS1500GL 6MILK LOW FAT 2% MILKFAT 1/4 PINT CONTAINERS7,000QT 7MILK FAT FREE SKIM MILK 1/4 PINT CONTAINERS500CO 8MILK LOW FAT CHOCOLATE 1% 1/2 PINT CONTAINERS55,0000CO 9EGG NOG 1/2 GALLON CONTAINERS40CO 10HALF & HALF DAIRY CREAMERS 3/8OZ 420 TO A CASE20CS 11YOGURT, LOW FAT ASSORTED FLAVORS 6OZ CONTAINERS 12 TO A CASE PEACH 872 BLUEBERRY 871 STRAWBERRY 874 CHERRY 875 VANILLA 877 RASPBERRY 873 STRAWBERRY BANANA 87616,000CO TOTAL AGREGATE PRICE OPTION YEAR 1: VAMC Bath, NY - Option Year 2 - (October 1, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1CHEESE, COTTAGE CULTURED SMALL CURD.5%-2% MILKFAT 5LB CONTAINERS 1500 CO 2CREAM, SOUR HOMOGENIZED, CULTURED 18% MINIMUM BUTTERFAT PLAIN 5LB CONTAINERS 50CO 3MILK LOWFAT 2% MILKFAT HALF PINT CONTAINERS 80,000 CO 4 MILK FAT FREE SKIM MILK HALF PINT CONTAINERS 50,000 CO 5MILK LOW FAT 2% MILKFAT 1 GALLON CONTAINERS1500GL 6MILK LOW FAT 2% MILKFAT 1/4 PINT CONTAINERS7,000QT 7MILK FAT FREE SKIM MILK 1/4 PINT CONTAINERS500CO 8MILK LOW FAT CHOCOLATE 1% 1/2 PINT CONTAINERS55,0000CO 9EGG NOG 1/2 GALLON CONTAINERS40CO 10HALF & HALF DAIRY CREAMERS 3/8OZ 420 TO A CASE20CS 11YOGURT, LOW FAT ASSORTED FLAVORS 6OZ CONTAINERS 12 TO A CASE PEACH 872 BLUEBERRY 871 STRAWBERRY 874 CHERRY 875 VANILLA 877 RASPBERRY 873 STRAWBERRY BANANA 87616,000CO TOTAL AGREGATE PRICE OPTION YEAR 2: ? VAMC Bath Base Year October 1, 2014 through September 30, 2015$ Option Year 1 October 1, 2015 through September 30, 2016$ Option Year 2 October 1, 2016 through September 30, 2017$ ___________________________________________________________________________ Total Aggregate Price Base + 2 one-year options$ ? G. The following items shall be delivered to the VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215. Requirements are for the period 10/01/2015 through 9/30/2018: VAMC Buffalo, NY - Base Year (October 1, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM, CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, HALF PINT CONTAINER 29,000 CO 2MILK, SKIM, CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, 4 OZ CONTAINER 10,000CO 3FLAVORED MILK, CHOCOLATE, HOMOGENIZED CID AA 20113, GROUP C PASTEURIZED TYPE VI, ADCOP CLASS 2, CHOCOLATE FLAVORED MILK, LOWFAT, HALF PINT CONTAINER 12,000 CO 4MILK (WHOLE MILK), HOMOGENIZED, CID A-A 20113, GROUP A, PASTEURIZED, ADCOP, VITAMINS A AND D ADDED, TYPE I, HALF-PINT CONTAINER 9,000 CO 5MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 1 GALLON CONTAINER 700GL 6MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, HALF-PINT CONTAINER95,000QT 7MILK, LOW FAT, CID A-A 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 4 OZ CONTAINER16,000CO 8MILK, LACTAID, 1 QT CONTAINER 1,100QT 9CREAM, SOUR, HOMOGENIZED, CULTURED, 18.0% MIN. BUTTERFAT, PLAIN, 5 LB CONTAINER 50CO 10YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE W/AB CULTURES, 4 OZ DISPOSABLE CONTAINER 7,100CO 11COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER 90CO 12PREMIUM EGG NOG, 1 QT CONTAINER50QT TOTAL AGREGATE PRICE BASE PERIOD: ? VAMC Buffalo, NY - Option Year 1 (October 1, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM, CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, HALF PINT CONTAINER 29,000 CO 2MILK, SKIM, CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, 4 OZ CONTAINER 10,000CO 3FLAVORED MILK, CHOCOLATE, HOMOGENIZED CID AA 20113, GROUP C PASTEURIZED TYPE VI, ADCOP CLASS 2, CHOCOLATE FLAVORED MILK, LOWFAT, HALF PINT CONTAINER 12,000 CO 4MILK (WHOLE MILK), HOMOGENIZED, CID A-A 20113, GROUP A, PASTEURIZED, ADCOP, VITAMINS A AND D ADDED, TYPE I, HALF-PINT CONTAINER 9,000 CO 5MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 1 GALLON CONTAINER 700GL 6MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, HALF-PINT CONTAINER95,000QT 7MILK, LOW FAT, CID A-A 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 4 OZ CONTAINER16,000CO 8MILK, LACTAID, 1 QT CONTAINER 1,100QT 9CREAM, SOUR, HOMOGENIZED, CULTURED, 18.0% MIN. BUTTERFAT, PLAIN, 5 LB CONTAINER 50CO 10YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE W/AB CULTURES, 4 OZ DISPOSABLE CONTAINER7,100CO 11COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER 90CO 12PREMIUM EGG NOG, 1 QT CONTAINER50QT TOTAL AGREGATE PRICE OPTION YEAR 1: ? VAMC Buffalo, NY - Option Year 2 (October 1, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM, CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, HALF PINT CONTAINER 29,000 CO 2MILK, SKIM, CID A-A 20113, GROUP A, PASTEURIZED TYPE V, HOMOGENIZED, LESS THAN 0.5% MILKFAT WITH ADDED VITAMIN A AND NONFAT MILK SOLIDS, 4 OZ CONTAINER 10,000CO 3FLAVORED MILK, CHOCOLATE, HOMOGENIZED CID AA 20113, GROUP C PASTEURIZED TYPE VI, ADCOP CLASS 2, CHOCOLATE FLAVORED MILK, LOWFAT, HALF PINT CONTAINER 12,000 CO 4MILK (WHOLE MILK), HOMOGENIZED, CID A-A 20113, GROUP A, PASTEURIZED, ADCOP, VITAMINS A AND D ADDED, TYPE I, HALF-PINT CONTAINER 9,000 CO 5MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 1 GALLON CONTAINER 700GL 6MILK, LOW FAT,CID AA 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, HALF-PINT CONTAINER95,000QT 7MILK, LOW FAT, CID A-A 20013, GROUP A, FRESH PASTEURIZED, HOMOGENIZED, 2% MAX MILKFAT, ADDED VITAMIN A, 4 OZ CONTAINER16,000CO 8MILK, LACTAID, 1 QT CONTAINER 1,100QT 9CREAM, SOUR, HOMOGENIZED, CULTURED, 18.0% MIN. BUTTERFAT, PLAIN, 5 LB CONTAINER50CO 10YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE W/AB CULTURES, 4 OZ DISPOSABLE CONTAINER 7,100CO 11COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER 90CO 12PREMIUM EGG NOG, 1 QT CONTAINER50QT TOTAL AGREGATE PRICE OPTION YEAR 2: VAMC Buffalo Base Year October 1, 2014 through September 30, 2015$ Option Year 1 October 1, 2015 through September 30, 2016$ Option Year 2 October 1, 2016 through September 30, 2017$ __________________________________________________________________________ Total Aggregate Price Base + 2 one-year options$ ? H. The following items shall be delivered to the VA Medical Center, 400 Fort Hill Avenue, Canandaigua, NY 14424. Requirements are for the period 10/01/2015 through 9/30/2018: VAMC Canandaigua, NY Base Year (October 1, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1WHOLE MILK - 1/2 PINT (8OZ) 3,500 CO 22% MILK - 5 GALLON BULK MILK1CO 32% MILK - 1/2 PINT (8OZ) 70,000 CO 4CHOCOLATE MILK - 5 GALLON BULK MILK 1 5GL 5SKIM MILK - 1/2 PINT (8OZ)27,000GL 6CHOCOLATE MILK - 1/2 PINT (8OZ)20,000QT 7YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE, 6 OZ CONTAINERS9,700CO 8COTTAGE CHEESE, LOW FAT - 1 POUND315QT 9LACTAID MILK - 1/2 PINT (8OZ)1CO 10LEMONADE - 1 GALLON325GL 11ORANGE DRINK - 1 GALLON475GL 12FRUIT PUNCH DRINK - 1 GALLON550GL 132% MILK - 1/4 PINT (4OZ)5,000CO 141% MILK - 5 GALLON BULK250GL TOTAL AGREGATE PRICE BASE PERIOD: VAMC Canandaigua, NY - Option Year 1 (October 1, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1WHOLE MILK - 1/2 PINT (8OZ) 3,500 CO 22% MILK - 5 GALLON BULK MILK1CO 32% MILK - 1/2 PINT (8OZ) 70,000 CO 4CHOCOLATE MILK - 5 GALLON BULK MILK 1 5GL 5SKIM MILK - 1/2 PINT (8OZ)27,000GL 6CHOCOLATE MILK - 1/2 PINT (8OZ)20,000QT 7YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE, 6 OZ CONTAINERS9,700CO 8COTTAGE CHEESE, LOW FAT - 1 POUND315QT 9LACTAID MILK - 1/2 PINT (8OZ)1CO 10LEMONADE - 1 GALLON325GL 11ORANGE DRINK - 1 GALLON475GL 12FRUIT PUNCH DRINK - 1 GALLON550GL 132% MILK - 1/4 PINT (4OZ)5,000CO 141% MILK - 5 GALLON BULK250GL TOTAL AGREGATE PRICE OPTION YEAR 1: ? VAMC Canandaigua, NY - Option Year 2 (October 1, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1WHOLE MILK - 1/2 PINT (8OZ) 3,500 CO 22% MILK - 5 GALLON BULK MILK1CO 32% MILK - 1/2 PINT (8OZ) 70,000 CO 4CHOCOLATE MILK - 5 GALLON BULK MILK 1 5GL 5SKIM MILK - 1/2 PINT (8OZ)27,000GL 6CHOCOLATE MILK - 1/2 PINT (8OZ)20,000QT 7YOGURT, ASSORTED FLAVORS, CHILLED, FAT FREE, 6 OZ CONTAINERS9,700CO 8COTTAGE CHEESE, LOW FAT - 1 POUND315QT 9LACTAID MILK - 1/2 PINT (8OZ)1CO 10LEMONADE - 1 GALLON325GL 11ORANGE DRINK - 1 GALLON475GL 12FRUIT PUNCH DRINK - 1 GALLON550GL 132% MILK - 1/4 PINT (4OZ)5,000CO 141% MILK - 5 GALLON BULK250GL TOTAL AGREGATE PRICE OPTION YEAR 2: ? VAMC Canandaigua Base Year October 1, 2014 through September 30, 2015$ Option Year 1 October 1, 2015 through September 30, 2016$ Option Year 2 October 1, 2016 through September 30, 2017$ ___________________________________________________________________________ Total Aggregate Price Base + 2 one-year options$ ? I. The following items shall be delivered to the VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. Requirements are for the period 10/01/2015 through 9/30/2018: VAMC Syracuse, NY - Base Year (October 1, 2015 through September 30, 2016) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM 8 OUNCE (HALF PINT) 24,000 CO 2MILK, SKIM 4 OUNCE CONTAINER5250CO 3CHOCOLATE MILK, 8 OUNCE (HALF PINT) CONTAINER 5250 CO 4MILK, WHOLE 8 OUNCE (HALF PINT) CONTAINER 9,000 CO 5MILK, 2% LOW FAT, 1 GALLON186GL 6MILK, 2% LOW FAT, 8 OUNCE (HALF PINT) CONTAINER73,500CO 7MILK, 2% LOW FAT, 4 OUNCE CONTAINER5,250CO 8MILK, LACTAID FREE, 8 OUNCE (HALF PINT) CONTAINER4,500CO 9SOUR CREAM, 1 PINT CONTAINER36CO 10YOGURT, ASSORTED FLAVORS3150CO 11COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER150CO TOTAL AGREGATE PRICE BASE PERIOD: ? VAMC Syracuse, NY - Option Year 1 (October 1, 2016 through September 30, 2017) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM 8 OUNCE (HALF PINT) 24,000 CO 2MILK, SKIM 4 OUNCE CONTAINER5250CO 3CHOCOLATE MILK, 8 OUNCE (HALF PINT) CONTAINER 5250 CO 4MILK, WHOLE 8 OUNCE (HALF PINT) CONTAINER 9,000 CO 5MILK, 2% LOW FAT, 1 GALLON186GL 6MILK, 2% LOW FAT, 8 OUNCE (HALF PINT) CONTAINER73,500CO 7MILK, 2% LOW FAT, 4 OUNCE CONTAINER5,250CO 8MILK, LACTAID FREE, 8 OUNCE (HALF PINT) CONTAINER4,500CO 9SOUR CREAM, 1 PINT CONTAINER36CO 10YOGURT, ASSORTED FLAVORS3150CO 11COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER150CO TOTAL AGREGATE PRICE OPTION YEAR 1: ? VAMC Syracuse, NY - Option Year 2 (October 1, 2017 through September 30, 2018) Item # DescriptionQuantityUnitUnit CostTotal Cost 1MILK, SKIM 8 OUNCE (HALF PINT) 24,000 CO 2MILK, SKIM 4 OUNCE CONTAINER5250CO 3CHOCOLATE MILK, 8 OUNCE (HALF PINT) CONTAINER 5250 CO 4MILK, WHOLE 8 OUNCE (HALF PINT) CONTAINER 9,000 CO 5MILK, 2% LOW FAT, 1 GALLON186GL 6MILK, 2% LOW FAT, 8 OUNCE (HALF PINT) CONTAINER73,500CO 7MILK, 2% LOW FAT, 4 OUNCE CONTAINER5,250CO 8MILK, LACTAID FREE, 8 OUNCE (HALF PINT) CONTAINER4,500CO 9SOUR CREAM, 1 PINT CONTAINER36CO 10YOGURT, ASSORTED FLAVORS3150CO 11COTTAGE CHEESE, SMALL CURD, 5 LB CONTAINER150CO TOTAL AGREGATE PRICE OPTION YEAR 2: ? VAMC Syracuse Base Year October 1, 2014 through September 30, 2015$ Option Year 1 October 1, 2015 through September 30, 2016$ Option Year 2 October 1, 2016 through September 30, 2017$ __________________________________________________________________________ Total Aggregate Price Base + 2 one-year options$ ? 3. RECOGNIZED FEDERAL HOLIDAYS: January 1New Year's Day 3rd Monday - JanuaryMartin Luther King, Jr. Day 3rd Monday - FebruaryPresidents Day Last Monday - MayMemorial Day July 4Independence Day 1st Monday - SeptemberLabor Day 2nd Monday - OctoberColumbus Day November 11Veterans Day 4th Thursday - NovemberThanksgiving December 25thChristmas Day Contractor shall not be required to deliver products on national holidays as listed below and any other day specifically declared by the President of the United States to be a national holiday. 4. DISASTERS / EMERGENCIES The Contractor must be able to ensure delivery to the VA at all times, inclusive of disasters, and/or any other emergency condition. The VA may place a special order in preparation for, or in response to, a disaster or emergency situation. For anticipatory situations, such orders will be placed 24 hours or less in advance. In an emergency, the Contractor will be notified with the amount and type of products required by the VA that shall be delivered within 24 hours of order placement. The order may be placed for larger quantities than the normal weekly order. The Contractor shall provide both the Contracting Officer and the COR with its designated point of contact and contact information for emergency orders. 5. SPECIFICATIONS AND STANDARDS A. The delivered products shall meet the specification as listed in the attached Pricing Schedule document and comply with all applicable Federal and State mandatory requirements and regulations relating to the preparation, packaging, labeling, storage, distribution, and sales of the products with the commercial marketplace. All deliveries shall conform in every respect to the provisions of the Federal Food, Drug and Cosmetic ACO and regulations, promulgated hereunder. B. Quality Assurance. All raw milk for pasteurization, condensed and dried milk, finished products and the plant in which the products are processed shall comply with all applicable requirements of the "Grade A pasteurized Milk Ordinance - 1978 Recommendations of the United States Public Health Service" or latest revision thereof, or regulations substantially equivalent thereto. The raw milk for pasteurization, milk plant, and pasteurized milk and milk products each shall have a compliance rating of 90 or more as certified by the State Milk Sanitation Rating Officer and shall be listed in the "Sanitation Compliance and Enforcement Ratings of Interstate Milk Shippers." Milk laboratories approved by Federal and State agencies and listed in the previously mentioned document shall do all testing. C. Contractor's Certification. By submitting an offer, the Contractor certifies that the product offered meets the specified salient characteristics and requirements of the Federal Hospital Subsistence Guide; conforms to the producer's own specifications and standards, including product characteristics, manufacturing procedures, quality control procedures, and storage and handling territories, or possessions; and is sold in the commercial market. The Government reserves the right to determine proof of such conformance prior to the first delivery from point of origin and any time thereafter, up to and including, delivery at final destination as may be necessary to determine conformance with the terms of the contract. D. Alternate Items. Offers on items not listed above (alternate items) will only be considered if acceptable bids on required items are not available or an offer is not received. Offerors must clearly identify any items that are not exact and specify the exceptions which differ from the required item. E. Quotes will be considered only from Contractors who are regularly established in the business called for and who in the judgment of the Contracting officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume called for under this contract. The VA reserves the right to thoroughly inspect and investigate the establishment, facilities, equipment, business reputation, and other qualifications of any offeror and to reject any offeror, irrespective of price, that shall be administratively determined lacking in any of the essentials necessary to assure acceptable standards of performance. 6. SANITATION AND WORKMANSHIP A. All products furnished shall be prepared, processed and packed under sanitary conditions and in accordance with good commercial practice. All containers shall be clean, sound and securely covered or sealed to provide adequate protection from dirt, filth, and all other contamination. Chilled and frozen items shall be maintained at temperatures necessary for the preservation of the product according to the standards established by the Food & Drug Administration (FDA). B. The VA Contracting Offeror or his/her designee reserves the right to inspect the Offeror's premises at any time during the life of the contract. A pre-award, on-site visit to inspect the manufacturing plant, personnel, process and packaging equipment and premises in order to verify compliance with all applicable Federal and State mandatory requirements and regulations relating to the preparation, packaging, labeling storage, distribution, and sales of the products with the commercial marketplace may be performed by the government prior to contract award. If the plant of the apparent low Offeror does not meet specification or is not acceptable, the quote will be rejected. 7. FRESHNESS REQUIREMENT FOR DAIRY PRODUCTS A. Fluid dairy products and other dairy products shall have sufficient remaining shelf life commensurate with good commercial practice at a minimum: (1) Milk must be delivered a minimum of 14 days prior to the expiration date and within 72 hours after pasteurization. (2) Buttermilk must be delivered a minimum of 21 days prior to the expiration date. (3) Cottage cheese, cultures, normal shelf life must be delivered within 4 days after date of packing, cottage cheese, acidified, normal shelf life, must be delivered within 5 days after date of packaging, cottage cheese, culture or acidified, extended shelf life, must be delivered a minimum of 21 days prior to the expiration date. (4) Ice Cream products and Sherbet must be delivered a minimum of 21 days prior to the expiration date. (5) Yogurt must be delivered a minimum of 21 days prior to the expiration date. 8. PACKAGING, PACKING, AND LABELING A. Unless otherwise specified, preservation, packaging, and packing shall be to a degree of protection to preclude damage to containers and/or contents thereof under normal shipping conditions, handling, etc., shall conform to normal commercial practices and applicable carrier rules and regulations, involving shipment from the Contractor to the receiving acclivity for storage. Shipping containers shall be in compliance with national Motor Freight Classification and Uniform Freight classification (issue in effect at time of shipment). NOTE: (a) Gallon Containers - Acceptable packaging = plastic containers (b) ½ pint Containers - Acceptable packaging = ½ PT Cardboard Containers measuring 4-1/2" x 2-1/3" OR ½ PT Cardboard Containers measuring 2-7/8" x 3" B. All packaging and packing shall be in accordance with good commercial practice. Labeling shall be in accordance with commercial labeling, complying with the Federal Food, Drug and Cosmetic ACO and regulations promulgated there under. C. All fluid milk products will have a pull date (date stamped on container) that is a minimum of seven (7) days before expiration on the date of delivery. Expiration dates shall be legible on each product. Cottage Cheese and yogurt will have a minimum expiration date of fourteen (14) days after delivery. Failure to comply with this requirement will render a contract in default and be grounds for termination. D. If it is determined that a significant number of products are leaking, spoiled, or otherwise found to not be in accordance with the specifications contained herein, the Contractor will be notified to exchange the products for ones that are in accordance with these specifications within two hours of notification. If the number of such products is determined to be insignificant in number, they may be held for pick up by the Contractor at the next scheduled delivery. 9. CERTIFICATIONS: A. In signing this solicitation, the bidder certifies that its company has received, prior to opening of bids, a pasteurized milk rating of 90% or more for the type of product the bidder proposes which will be in accordance with the specifications as found in the Federal Hospital Subsistence Guide. PASTEURIZED MILK RATING _______________ % DATE OF RATING _________________ STATE OF MILK SANITATION RATING AGENCY __________________________ IF RATED BY U.S. PUBLIC HEALTH SERVICE, INDICATE ____________________ B. Bidders are required to submit with their quote a CERTIFICATE from the local or State Health Department that all cattle from which milk is obtained have passed a satisfactory tuberculin test within one year previous to the date of contract; or that cattle from which milk is obtained are accredited herds as defined in the current requirements of the U.S. Public Health Service Milk Ordinance Code. C. A CERTIFICATE that all persons employed in pasteurizing and bottling plants from which the products are furnished have passed a satisfactory clinical and laboratory examination within one year previous of contract and are free from communicable diseases must also be furnished with the quote. 10. INSPECTION OF PLANTS: An inspection may be made of the premises and employees of the bidders, prior to making an award and conditions found will be considered in awarding a contract. Inspection 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 on the open market. Any excess cost occasioned by this action will be charged against the contractor account. THE BIDDER CERTIFIES THAT (CHECK ONE) "Within the past six months no inspection of the physical facilities of this plant has been conducted by any agency of the Federal Government. OR "An inspection of the physical facilities of the plant was conducted by the ____________________________agency on ___________________ and this plant was ACCEPTED/REJECTED for furnishing it's product to the Federal Government. 11. SOURCE OF MANUFACTURE Items supplied under this contract are required to originate from a sanitarily approved source. The supplier must identify the source of manufacture on the primary container or in the accompanying shipping documents. The identification on the primary container may consist of either the manufacturing plant name and address or a manufacturing plant code. 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. Preference will be given to locally sourced vendors. 12. ENVIRONMENTAL STANDARDS Should the Contractor manufacture and provide company brand milk products, the Contractor should utilize, if possible, recycled materials for containers as long as they meet the FDA sanitary standards for the specified commodity. List recycled materials for containers as long as they meet the FDA sanitary standards for the specified commodity. 13. METRIC PRODUCTS 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 tables contained in the latest revision of Federal Standard No. 376B and all other requirements of this document are met. If a product is manufactured to metric 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 Contracting Officer's Representative, will accept or reject the product. 14. ORDERING A. The VA Upstate New York Healthcare System facilities estimates milk orders will be submitted up to four times per week, with 48 hours notice, with the Government reserving the right to adjust orders 24-hours prior to scheduled delivery. Orders will be placed by the COR or his/her designee. Each order will show ship to and bill to addresses and purchase order number (if required). B. Quantities shown on previous pages represent the quantities estimated to be ordered over the delivery period. Quotes will be evaluated based on the estimated quantities. Actual quantities ordered may vary among the line items. C. The items listed in this contract are required subsistence items for the Department of Veterans Affairs, VA Medical Centers at the addresses listed in paragraph 1 of this document. Products and deliveries are to be in accordance with the terms, conditions, and schedules noted herein. The period of performance is a base period of October 1, 2014 through September 30, 2015 with two, one-year option periods from October 1, 2015 through September 30, 2018. Prices quoted will be F.O.B. destination. CUSTOMER SERVICE POINT OF CONTACT: The Contractor shall provide a designated point of contact and toll free number (if applicable) for resolution of customer service problems to include at a minimum delivery of damaged or incorrect items. Contractor Point of Contact: _______________________________________________ (Name) ______________________________________________ (Title) ______________________________________________ (Telephone Number) ______________________________________________ (Fax Number) ______________________________________________ (E-mail Address) 15. PACKING LIST There shall be a packing list enclosed with any shipments made under this contract. The packing list shall show the following as a minimum: Contractors name and address; VA Purchase Order Number (if one is provided); the VA Facility and Service placing the order; the items shipped; and quantity. 16. RETURN POLICY Offeror's shall clearly indicate their return policy with their quote. Defective product or incorrect product shipped by Contractor error shall be replaced at no cost to the Government. Product shipped by Government error may be returned subject to the Contractor's normal return policy. Offeror's shall provide the name and telephone number for reporting delivery/product problems for each VA location. 17. UTILIZATION OF CONTRACT Delivery orders will be issued on an as-needed basis. 18. DELIVERIES AND INVOICING A. Deliveries shall occur up to four times per week between the hours of 8:00 a.m. and 11:00 a.m. Monday, Tuesday, Thursday and Friday, excluding federal holidays. Requests for deliveries on different days and/or at a different time shall be submitted to and approved by the Contracting Officer and his/her designee in writing. B. Deliveries and invoicing for the Nutrition and Food Services must be accomplished separately at the Nutrition & Food Services Departments at the respective facilities listed in paragraph 1 of this document. Invoices must contain at a minimum the purchase order and itemized list of products delivered, unit prices, and total price. C. While performing under this contract, all vehicles used by the Contractor shall be locked and the keys removed when not in use. This is intended to protect the Contractor's property as well as the safety of patients and staff at the medical centers. D. While performing under this contract, all vehicles used by the Contractor shall have temperature tracking systems in place on the refrigerated trucks to ensure they are being maintained in accordance with federal safety & sanitation guidelines. E. Invoices shall be issued to the VA Financial Service Center and to the Chief, Nutrition and Food Service. Invoices shall be identified with proper delivery order number (purchase order number) and shall reflect all deliveries made against the delivery order. End of the month deliveries shall not be billed against the following month delivery order. F. Invoices shall be submitted weekly and shall include the following per FAR Clause 52.212-4(g): "Contractor's business name and address "Contractor's Tax Identification Number (TIN) "Invoice date "Date(s) of services provided "Contract number "Total amount billed "Purchase Order number NOTE: Failure to include the above information may result in delay of payment. Invoices will be returned to the Contractor for completion if there are any omissions. 19. PAYMENTS Payments under this contract shall be made by Electronic Fund Transfer (EFT) by the VA Finance Services Center. See Clause 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration for further information. Contractor may elect to accept the Government Purchase Card as a method of payment for all orders under $3,000.00 if the Contractor is set-up to accept credit cards. 20. EVALUATION CRITERIA 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 past performance and price considered, prices being rated higher than past performance. Past Performance: The offeror must provide documentation of three (3) references for verification purposes of past performance which demonstrate the company's ability to meet the qualifications herein, inclusive of point of contract information and current phone numbers. 21. CONTRACTING OFFICER (CO): The Contracting Officer (CO) named below is responsible for the overall administration of the contract. Edward Lyke Department of Veterans Affairs Network Contracting Office 2 76 Veterans Avenue Bath, NY 14810 Edward.lyke@va.gov (607) 664-4746 The awarded Contractor(s) are advised that only the Contracting Officer, acting within the scope of the contract and his/her duties and responsibilities and, after advice and consultation with the Contracting Officer's Representative, has the authority to make changes which effect contract prices, quality, quantity, delivery terms and conditions, term of contract. In no event shall any understanding or agreement, contract modification, change order, or other matters in deviation from the terms of this contract between the Contractor and a person other than the Contracting Officer, be effective or binding upon the Government. All such actions must be formalized by the proper contractual document executed by the Contracting Officer. ? 22. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following individuals have been designated as the Contracting Officer's Representative (COR) to monitor and certify receipt of services rendered under these contracts: Karin Shealey-Hill Nutrition & Food Service Manager Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 Julie Hockenberry Nutrition & Food Service Manager VA Western New York Healthcare System (Batavia) 222 Richmond Avenue Batavia, NY 14202 Brandy Weber-Minor Nutrition & Food Service Manager VA Medical Center 76 Veterans Avenue Bath, NY 14810 Betsy Chilbert Nutrition & Food Service Manager VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424 Jeanne Scheurer Nutrition & Food Service Manager VA Medical Center 800 Irving Avenue Syracuse, NY 13210 Julie Hockenberry Nutrition & Food Service Manager VA Western New York Healthcare System (Buffalo) 3495 Bailey Avenue Buffalo, NY 14215 ? 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 past performance and price considered, prices being rated higher than past performance. All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested vendors are responsible for monitoring this site to insure they have the most-up-to-date information about this solicitation. All quotes must be received by 09/16/2015 at 3:00 p.m. EST. Quotes must be emailed (preferred) to the address shown below. Payment will be made using electronic Funds Transfer (EFT). NOTE: Offerors must be registered and current in the System for Award Management (SAM) at https://www.sam.gov in order to be considered for award. Any offeror that submits a quote for any of the facilities named above and is not registered in SAM will be considered ineligible. The point of contact for all information regarding this solicitation is: Edward Lyke Contracting Officer Network Contracting Office 2 76 Veterans Avenue Bath, NY 14810 (607) 664-4746 Edward.lyke@va.gov The anticipated award date is 09/21/2015. B.1 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) FAR NumberTitleDate 52.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 2013 52.233-1DISPUTESMAY 2014 B.2 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD (JUN 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. (End of Provision) B.3 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) B.4 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. (End of Clause) B.5 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 ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 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. (End of Clause) B.6 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/VA52815Q0360/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0360 VA528-15-Q-0360_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2305548&FileName=VA528-15-Q-0360-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2305548&FileName=VA528-15-Q-0360-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;VA UPSTATE NEW YORK HEALTHCARE SYSTEM;ALL SIX FACILITIES
Zip Code: 14810
 
Record
SN03878262-W 20150911/150910000347-b39045a258608798271fecee9c81953c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.