SOLICITATION NOTICE
89 -- Produce for VA San Diego
- Notice Date
- 12/5/2022 6:49:35 PM
- Notice Type
- Presolicitation
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0246
- Response Due
- 12/8/2022 11:00:00 AM
- Archive Date
- 01/07/2023
- Point of Contact
- David Odne, Contract Specialist, Phone: (562) 766-2328
- E-Mail Address
-
david.odne@va.gov
(david.odne@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 311991. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide fresh produce for the VA San Diego Healthcare System. SCOPE OF WORK: The contractor will provide fresh produce products listed on the schedule to the VA San Diego Healthcare System. Orders shall be placed by email, telephone, in writing via fax, or via contractor web site as mutually agreed upon between the facility POC and contractor one business day prior to the anticipated delivery date. The awarded contract shall be for 12 months from the date of award. Anticipated period of performance is January 1, 2023 December 31, 2023. Evaluation of offers will be based on capability to meet the Government requirements, past performance, and price. Preference may be given to offers that provide prices for product in containers as specified. However, vendors may offer alternate container (packaging) options and pricing. Award will be made to the offeror that is determined to be the best value for the Government. Alternative methods, (i.e. organic) are encouraged. If presenting alternative methods, please specify that in your bid. Compliance with Federal Laws and Regulations The delivered products shall comply with all applicable Federal, State and local mandatory requirements and regulations relating to the preparation, packaging, labeling, storage, distribution, and sales of the products with the commercial marketplace. By submitting an offer, the contractor certifies that the products offered meet the requirements of the solicitation and: Requirements of Federal, State and local regulations 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 within the United States, its territories, or possessions Is sold on the commercial market Inspection of Facilities: All product furnished under the awarded contract shall be processed at facilities 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) 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. 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 destination as may be necessary to determine conformance with the provisions of the contract. All deliveries shall conform in every respect to the provisions of the Federal Food, Drug and Cosmetic Act and any other applicable laws and regulations. Manufacturing Standards 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. 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. If 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. Product Quality and Freshness Physical Hazards: Products shall be clean, sound, wholesome, and be free from foreign material such as, but not limited to, dirt, insect parts, hair, wood, glass, or metal. Mold: Products shall include mold inhibitors of proper levels as allowed by the Federal Food, Drug and Cosmetic Act. Odors: All products shall be free from all undesirable and objectionable flavors and have a pleasingly sweet distinctive individual characteristic flavor. Color: All products shall be uniformly colored throughout and characterize the type and/or flavor it represents. Consistency: Products shall not be slimy. They shall be free from undesirable gas formation. Fresh produce shall have sufficient remaining shelf life commensurate with good practices and at a minimum: Prepared (sliced, diced, chopped, etc.) produce has a minimum 5 days of shelf life after the date of delivery. Packaging, Packing and Labeling Packaging and Packing: 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 Act and regulations promulgated thereunder. The identification on the primary container may consist of either the manufacturing plant name and address or a manufacturing plant code. The package shall be clean, sound, and securely covered or sealed to provide adequate protection from dirt, filth, and contamination. All products/ingredients shall be clean, sound, wholesome, and free from evidence of rodent or insect infestation. Failure to comply with this provision shall be considered grounds for default of the contract. Unless otherwise specified, preservation, packaging, and packing shall be to a degree of protection to preclude damage during normal shipping conditions and shall conform to normal commercial practices and applicable carrier rules and regulations involving shipment from contractor to receiving activity for storage. Dating: All prepared (sliced, diced, chopped, etc.) items must be identified with readable dates (open code dates). Other Labeling Requirements: 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. Authorization The contractor shall contact the Contracting Officer on all matters pertaining to administration. Subcontractors: The Contracting Officer shall approve/disapprove all subcontractors used at any time during this contract. Contractor shall list the name and address of all subcontractors. The Contracting Officer shall be notified immediately if the Contractor should change any of the subcontractor(s) utilized for this contract and provide their name and address. Contracting Officer shall approve/disapprove subcontractors. Note: FAR Clause 52.222-37: Public Law (P.L.) 105-339, Section 1354 provides that no agency may enter into a contract with a Contractor who has not filed a VETS-100 report for the preceding fiscal year under Title 38 Section 4212(d). A contract can be placed with that Contractor as soon as the report required by section 4212(d) for the fiscal year concern is filed with the Department of Labor. P.L. 105-339 also increased the threshold of covered contracts and subcontracts from $10,000 to $25,000. Contractors shall complete this report at least 7 days prior to the due date for bids in response to this solicitation. This can be done online at http://www.dol.gov/vets/vets4212.htm. Only the Contracting Officer is authorized to make commitments to issue changes which will affect the price, quantity and quality or delivery of this contract. The Contracting Officer shall authorize VA San Diego and personnel to place delivery orders for products listed in the schedule of pricing as needed based on the established delivery schedule. Ordering Capabilities The Contracting Officer s Representative (COR) or other delegate of Nutrition and Food Service shall place orders by email, telephone, in writing via fax, via contractor web site, or any manner consistent with accepted business practices one business day prior to the anticipated delivery date. An order number will be provided to each facility at the time the order is placed. Availability, Substitutions and Alternates: Contractor will order quantities of products based on the facility s menu needs, with oversight and concurrence from facility. All products offered within a Bid Group will be available to be ordered for delivery at any location within that Bid Group. Any proposed alternate items shall meet the requirements of the Government specifications as cited in the Index of Federal Specifications/Standards (FED) and or commercial Item Description (CID). A-A-20052B and A-A-20053B. Contractor will not substitute any items and will not increase or decrease quantities ordered without prior approval from the COR or his/her designee. Should any product under this contract become unavailable or available on a limited basis, either temporarily or permanently, the Contractor shall provide the Government with sufficient notification thereof, offering possible substitutions and/or alternative sources, to afford the Government adequate opportunity to approve or reject offered substitution and/or make other procurement arrangements. The Government does not guarantee the estimated yearly quantity. Delivery Specifications All deliveries shall conform in every aspect to the provisions of the Food, Drug and Cosmetic Act, USC Title 21, Chapter 9 (FD&C Act) and regulations promulgated there under. Where applicable, the interpretation of requirements (descriptive terms), methods ascertaining grades, testing, etc., shall be in accordance with those contained in the U.S. Standards for the products in effect on the date of solicitation. Deliveries shall be made between 6:30am and 10:00am, local time, on Monday through Saturday, as requested by the COR or his/her designee, excluding Sundays. NATIONAL HOLIDAYS: In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97, the following holidays are observed and, for the purpose, of this contract are defined as Legal Federal Official Holidays : New Year s Day (1 January) Martin Luther King's Birthday (Third Monday in January) President s Day (Third Monday in February) Memorial Day (Last Monday in May) Independence Day (4 July) Labor Day (First Monday in September) Columbus Day (Second Monday in October) Veteran s Day (11 November) Thanksgiving Day (Fourth Thursday in November) Christmas Day (25 December) When a holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government Agencies. Also included would be any other day specifically declared by the President of the United States to be a National Holiday. Deliveries shall be of specified items in quantities indicated in the purchase order provided. Deliveries shall be made to the following locations, unless otherwise directed by the COR: VA San Diego Healthcare System Building 1, Nutrition & Food Service 3350 La Jolla Village Dr San Diego, CA, 92101 Delivery Vehicle Specifications: Products shall be delivered in an enclosed truck, which protects the products from dirt or other contamination. The government further reserves the right to enter and inspect any vehicle used to deliver goods to assure safety and sanitary transport of items ordered. Such inspections may be made on a random basis, upon delivery, at the discretion of the COR or his/her designee. Temperature Requirements: Carrier equipment from straight loads of chilled products will be required to be pre-cooled to a maximum temperature of 40-degrees Fahrenheit and shall be capable of maintaining temperature with the range to destination. All dairy products shall be received at a temperature of 41 degrees or below. All delivery tickets and invoices referencing the purchase order number must show the total items delivered for each line item. A designated NFS (Nutrition & Food Service) employee shall sign for all deliveries. The Government reserves the right to inspect delivered goods for compliance of specifications, including, but not limited to, correct product(s) and quantities, proper packaging, damaged goods, etc. The contractor shall demonstrate compliance with performance standards by showing that their process adherences to an appropriately designated, validated, Hazard Analysis Critical Control Point (HACCP). Any item determined unacceptable shall be refused with full credit/replacement, at the discretion of the Government. Replacement of rejected products shall be delivered the same day, no later than 1:00PM, unless otherwise specified by the COR or his/her designee. Off-loading of products shall occur in the presence of VA authorized receiving personnel as indicated, or his/her designated representative. Contractors shall be responsible for providing hand trucks or dollies required to effect delivery to appropriate location. All contractor delivery personnel shall be required to wear a full company uniform, which clearly displays the name of the company and the individual, and shall be of a neat, clean appearance with appropriate hair containment. Contractor s employees shall wear identification (ID) badges during the entire period of time while on VA property. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 95.00 CS __________________ __________________ BANANA PETITE GREEN TIP 40# PER CASE 0002 20.00 BD __________________ __________________ PARSLEY, FRESH BUNCH US NO. 1 GRADE CURLY LEAF 0003 71.00 CS __________________ __________________ PEPPER, GREEN DICED FRESH 5# BAG SWEET US NO 1 DICED 1/4"" 0004 186.00 CS __________________ __________________ COLESLAW, CALICO FRESH TRIMMED 5# BAG CORED SHREDDED MEDIUM 75% WHITE 25% RED 0005 302.00 CS __________________ __________________ CUCUMBER, SLICED FRESH 5# BAG 1/8 INCH THICK PEELED 0006 325.00 CS __________________ __________________ LETTUCE, CUP FRESH TRIMMED TOPS 5# BAG SLICED 0007 91.00 CS __________________ __________________ ONION, YELLOW 5# BAG FRESH PEELED, DICED 1/4 INCH 0008 714.00 CS __________________ __________________ 4 WAY SALAD MIX WASHED, TRIMMED, CORED PREPARE IN THE FOLLOWING PRE-PORTIONS: 70% CHOPPED LETTUCE 20% CHOPPED ROMAINE 5% SHREDDED CARROTS 5% CHREDDED PURPLE CABBAGE 0009 109.00 CS __________________ __________________ LETTUCE 5# BAG SHREDDED, FRESH MEDIUM CUT TRIMMED, CORED 0010 16.00 CS __________________ __________________ GRAPES, LUNCH BUNCH RED 18# LUG FIRM SKINNED TENDER FLESHED BERRY SIZE: 16MM 0011 14.00 CS __________________ __________________ APPLES, FRESH 40# CASE RED DELICIOUS 125 COUNT FANCY OR BETTER 0012 2.00 CS __________________ __________________ STRAWBERRIES, FRESH 12/12OZ 9 LBS, US NO 1 GRADE 0013 46.00 CS __________________ __________________ CELERY, DICED 5# BAG FRESH 1/4 INCH SQUARE 0014 336.00 CS __________________ __________________ MELONS, CANTALOUPES CUBES FRESH 1"" 5# TRAY 0015 43.00 CS __________________ __________________ GRAPES GREEN SEEDLESS US NO 1 TABLE 18# LUG 0016 301.00 CS __________________ __________________ MELON, HONEYDEW FRESH CUBES 1"" 5# TRAY 0017 31.00 LB __________________ __________________ MINT FRESH 1 0018 145.00 CS __________________ __________________ POTATOES FINGERLINGS 5# BAG 0019 482.00 CS __________________ __________________ TANGERINES, CLEMENTINES 5# BAG 0020 265.00 CS __________________ __________________ TOMATOES, CHERRY US MO 1 12/12OZ 0021 67.00 CS __________________ __________________ TOMATOES, PRE-DICED 1/4"" 5# TRAY 0022 731.00 CS __________________ __________________ LETTUCE, SPRING MIX, 3# 0023 169.00 CS __________________ __________________ Peppers, Bell, Red, Diced (5# cs) 0024 302.00 CS __________________ __________________ Tomatoes, Pre Sliced, 5# Cs 0025 4.00 CS __________________ __________________ LETTUCE, ROMAINE CHOPPED 5 LBS 0026 12.00 CS __________________ __________________ WATERELON, CHUNKS 5 LBS 0027 4.00 CS __________________ __________________ SQUASH, BUTTERNUT DICED 5 LBS 0028 8.00 CS __________________ __________________ ONIONS, RED, SLAB-CUT SLICED 1/4"", 5 LBS GRAND TOTAL __________________ The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to david.odne@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 12/8/2022 at 11:00 AM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d4d5ef69d804c579bab6cd1d8ea4094/view)
- Place of Performance
- Address: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN06535296-F 20221207/221205230107 (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 |