Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOURCES SOUGHT

89 -- Bread Products - VA Pittsburgh Healthcare System

Notice Date
6/10/2020 12:23:12 PM
 
Notice Type
Sources Sought
 
NAICS
311812 — Commercial Bakeries
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0702
 
Response Due
6/26/2020 9:00:00 AM
 
Archive Date
07/26/2020
 
Point of Contact
Contract Specialist, Victoria Roberts, Phone: 412-822-3754
 
E-Mail Address
Victoria.Roberts4@va.gov
(Victoria.Roberts4@va.gov)
 
Awardee
null
 
Description
Page 1 of 2 The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre- Solicitation or Solicitation document. The government is not currently soliciting bids, quotes or proposals at this time; however, reserves the right to do so at a later date. The Pittsburgh VA Healthcare System, H.J Heinz Campus, 1010 Delafield Road, Pittsburgh, PA 15215 has a requirement for a weekly bread delivery to meet subsistence requirements according to VHA DIR-1109 Nutrition and Food Services (NFS) and VHA Handbook 1109.04 Food Service Management Program. The intent of any future solicitation is for a base year plus two option periods (3 years total) with the following periods of performance: Base Year: October 1, 2020 September 30, 2021 Option Yr 1: October 1, 2021 September 30, 2022 Option Yr 2: October 1, 2022 September 30, 2023. ESTIMATED ANNUAL USAGES VAPHS Nutrition & Food Services Quantity 1 BREAD, WHITE, PULLMAN LOAF 10,000 2 BREAD, WHITE, SANDWICH, IND WRAPPED SLICES 70,000 3 BREAD, WHITE, THICK SLICED FOR TEXAS TOAST, LOAF 3,500 4 BREAD, RYE, SEED, 24OZ, 28 SLICES LOAF 600 5 BREAD, WHOLE WHEAT, 100%, 16 SLICES, LOAF 5,000 6 BREAD, WHOLE WHEAT, 100%, INDIVIDUALLY WRAPPED SLICES 3,000 7 BREAD, WHEAT, PULLMAN, LOAF 7,200 8 ROLLS, HOAGIE, 12 CT 50 9 ROLLS, KAISER, 12 CT 2,500 10 ROLLS, HOT DOG, 12 CT 2,500 11 ROLLS, HAMBURGER, 12 CT 10,000 12 ROLLS, DINNER, SPLIT TOP 16 CT 500 13 ROLLS, DINNER, INDIVIDUALLY WRAPPED 50,000 VAPHS VCS (Veteran Canteen Services) University Drive Campus Quantity 1 BREAD, WHITE, PULLMAN LOAF 1,500 2 BREAD, WHITE, THICK SLICED FOR TEXAS TOAST, LOAF 1,500 3 BREAD, WHEAT, PULLMAN, LOAF 1,500 4 ROLLS, HOT DOG, 12 CT 1,500 5 ROLLS, HAMBURGER, 12 CT 5,000 VAPHS VCS (Veteran Canteen Services) H.J. Heinz Campus Quantity 1 BREAD, WHITE, PULLMAN LOAF 1,000 2 BREAD, WHITE, THICK SLICED FOR TEXAS TOAST, LOAF 1,500 3 BREAD, WHEAT, PULLMAN, LOAF 1200 4 ROLLS, HOT DOG, 12 CT 1200 5 ROLLS, HAMBURGER, 12 CT 1600 6 BREAD, RYE, SEEDLESS, 24OZ, 28 SLICES LOAF 400 DELIVERY IS POSSIBLE TO ANY ONE OF THE FOLLOWING LOCATIONS: Nutrition and Food Services VA Pittsburgh Healthcare System Heinz Division (646) Building #51 1010 Delafield Road Pittsburgh, PA 15215 6:00 AM 7:00 AM Monday, Wednesday, and Friday Veterans Canteen Service    VA Medical Center (646A) 1010 Delafield Road Bldg. #51 1st Floor               Pittsburgh, PA 15215 6:00 AM - 9:00 AM Tuesday and Friday Veterans Canteen Service       VA Medical Center (646A) #1 University Drive C Ground Floor Pittsburgh, PA 15240 5:00 AM 5:30 AM Tuesday, Friday SPECIAL DELIVERY REQUIREMENTS Deliveries are required on all Federal holidays except New Years Day, Memorial Day, Thanksgiving, and Christmas. Drivers making deliveries September be required to show some form of identification at the entrance to the VA Medical Centers. *includes all holidays that fall on either of these weekdays DESCRIPTION/SPECIFICATIONS/WORK STATEMENT FRESHNESS REQUIREMENTS FOR BREAD AND BAKERY PRODUCTS: Bread and bakery products shall have sufficient remaining shelf life commensurate with good commercial practice (see the U.S. Department of Agriculture s Commercial Item Descriptions for bread and bakery items listed at: http://www.ams.usda.gov/grades-standards/cid/bakery-items). Age requirement. Fresh bread shall be delivered less than 24 hours old upon arrival at the receiving point. Failure to comply with this provision will be considered grounds for default of contract. Ingredients for fresh or frozen bread shall consist of flour, water, salt, yeast, emulsifiers or stabilizers, and other ingredients appropriate for the type of bread specified in the schedule of items. The fresh or frozen bread shall include mold inhibitors of proper levels as allowed by the Federal Food, Drug, and Cosmetic Act. Quality assurance. When required, the Federal Grain Inspection Service (FGIS), U.S. Department of Agriculture, shall determine the quality assurance of the fresh or frozen bread according to the requirements of the CID or applicable standards or specifications. The fresh or frozen bread shall be examined or analyzed in accordance with applicable provisions in this CID, solicitation, contract, or purchase order, and, when applicable, the United States Standards for Condition of Food container in effect on the date of the offer. 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 thereunder, is acceptable. Breads and Buns that contain seeds must be labeled or identified as such. 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. 376. 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 COR, in accordance with the Contracting Officer, will accept or reject the product. PACKAGING, PACKING, AND LABELING: All packaging and packing shall be in accordance with good commercial practice. See the U.S. Department of Agriculture s Commercial Item Descriptions for bread and bakery items listed at http://www.ams.usda.gov/gradesstandards/cid/bakery-items. Labeling shall be in accordance with commercial labeling complying with the Federal Food, Drug, and Cosmetic Act and regulations promulgated thereunder. See also the U.S. Food and Drug Administration s requirements regarding packaging and labeling at http://www.fda.gov/Food/IngredientsPackagingLabeling/default.htm. All items must be identified with readable dates (open code dates), or coded dates. Contractors who do not use open dating will provide a product code number key listing to each customer facility. The product code number key listing shall explain the actual date of production or processing. Copies of key-codes will be furnished to each destination receiving officer and each destination inspection agency with the first delivery. Failure to comply with this requirement will render a contract in default and grounds for termination. 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., and shall conform to normal commercial practices and applicable carrier rules and regulations involving shipment from the contractor to the receiving activity for storage. Shipping containers shall be in compliance with National Motor Freight Classification and Uniform Freight classification (issue in effect at time of shipment). SANITATION AND WORKMANSHIP Items 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 or other contamination. See also US Food and Drug Administration, guidance and regulatory information at http://www.fda.gov/Food/GuidanceRegulation/default.htm). All deliveries shall conform in every respect to the provisions of the Federal Food, Drug and Cosmetic Act and regulations promulgated thereunder. All items furnished under this contract shall be prepared, processed and packed under sanitary conditions and in accordance with good commercial practice and approved standards established by the Food and Drug Administration. 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. INSPECTION OF PLANTS All product furnished under the awarded contract shall be processed at plants that have been inspected by the Federal Government. Approved inspection reports of another VA Facility or other Federal Government agency will be accepted as satisfactory evidence that the facilities/plants meet 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) September 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. ORDERING AND DELIVERY REQUIREMENTS The Contractor shall establish an ordering process and delivery schedule with the Technical Point of Contact at each location it services. The process and schedule shall address standing orders and special orders. Orders shall be delivered no more than two business days following the placement of the order. Partial orders shall not be accepted, unless approved in advance by the Technical POC. Technical Point(s) of Contact shall not order and Contractors shall not deliver any items that are not included on their contract. REPORTS The Contractor or Contractors awarded a contract or contracts under this Commercial Item Solicitation shall furnish the contracting office identified in Block 9 of the solicitation document, every three months, a report by facility summarizing the total amount by line item delivered to each facility, the unit cost of each line item, and the total dollars delivered. In the event that the Contractor wishes to utilize the services of a sub-contractor(s) for deliveries, the Contractor will be responsible for gathering the required information for submission to the Contracting Officer. SPECIFICATIONS AND STANDARDS The delivered products shall 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 Act and regulations promulgated thereunder. Contractor s Certification. By submitting an offer, the contractor certifies that the product offered meets the specifications listed in G.1. above; conforms to the producer s own specifications and standards, including product characteristics, manufacturing procedures, quality control procedures, and storage and handling practices; has national or regional distribution storage facilities located with the United States, its territories, or possessions; and is sold on 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 September be necessary to determine conformance with the provisions of the contract. 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 September 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. ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV. Responses to this notice shall include: Company Name Address Point of Contact Phone Number Email Address DUNS Number CAGE Code Tax ID Number ** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services shall be verified in VetBiz Registry as follows to be considered: http://www.vip.vetbiz.gov/. Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified in the Vendor Information Pages (VIP) database. Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 311812: 1. Is your business a small business under NAICS 311812? YES ______ NO ______ 2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______ 3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ______ NO ______ 4. Is you firm a certified HUB Zone firm? YES ______ NO ______ 5. Is your firm a Woman Owned business? YES ______ NO ______ 6. Is your firm a Large Business? YES ______ NO ______ 7. Do you have a GSA/FSS schedule for these items? YES______ NO______ Schedule Number: ___________________ Expiration Date: _____________________ Please provide a capability statement as well as any relevant literature addressing your organizations ability to supply the required items. Also, please include a point of contact name, phone number and email address. Note: Questions regarding this notice should be addressed to Victoria Roberts via email only. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT. Please submit all responses to this notice via e-mail to: Victoria Roberts Contract Specialist Victoria.Roberts4@va.gov Responses to this Sources Sought Notice are required by no later than at Friday, June 26th, 2020 at 12:00 pm EST. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b89d63f762a446b2ac301ca3127a6bc9/view)
 
Place of Performance
Address: Department of Veteran Affiars VA Pittsburgh Healthcare System H.J. Heinz Campus 1010 Delafield Road, Building #51, Pittsburgh 15215, USA
Zip Code: 15215
Country: USA
 
Record
SN05686637-F 20200612/200610230159 (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 |
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.