SOURCES SOUGHT
89 -- Dairy | Base Four Option Years
- Notice Date
- 8/13/2024 2:26:46 PM
- Notice Type
- Sources Sought
- NAICS
- 311511
— Fluid Milk Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0944
- Response Due
- 8/20/2024 8:00:00 AM
- Archive Date
- 10/19/2024
- Point of Contact
- Maria Orosco-Hofmann, Contract Specialist, Phone: 210-694-6375
- E-Mail Address
-
maria.hofmann@va.gov
(maria.hofmann@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 311511 and size standard is 1150 Employees Project Requirements: This requirement is for Dairy at the Central Texas VA Health Care System/Olin E. Teague VA Medical Center in Temple, TX. Project Description The Central Texas Veterans Health Care System provision and delivery of dairy, milk, and juice supplies to the Nutrition and Food Service (N&FS) at each location: Temple Waco Nutrition and Food Services Nutrition & Food Services 1901 S. 1st Str., Bldg. 163 4800 Memorial Drive, Bldg. 202 Temple, TX 76504 Waco, Tx 76711 Period of Performance Base Period 11/09/2024 - 11/08/2025 Option Year 1 11/09/2025 - 11/08/2026 Option Year 2 11/09/2026 - 11/08/2027 Option Year 3 11/09/2027 - 11/08/2028 Option Year 4 11/09/2028 - 11/08/2029 Summary of Work Requirements Delivery Schedule Deliveries shall be made to the Nutrition & Food Service walk-in cooler. Delivery persons must be escorted by staff from the kitchen always receiving area, unless otherwise directed by the Contracting Officer Representative (COR), including National holidays. Delivery Schedule: Monday, Wednesday, and Friday. Delivery Hours: 8-10 am regardless of federal holidays, NO EXCEPTIONS. Central Texas VA Health Care System NFS Delivery Schedule: Monday, Wednesday, and Friday 0800 to 1000, regardless of federal holiday No Exceptions FEDERAL HOLIDAYS New Year s Day January 1 Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth Freedom Day June 19 Independence July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Delivered Goods The Government reserves the right to inspect delivered goods for compliance with specifications, including but not limited to correct products, quantities, proper packing, damaged goods, etc. Any items determined unacceptable will be refused with complete credit/ replacement due at the discretion of the Government. The replacement of rejected products shall be delivered by 3:00 p.m. the same day unless otherwise specified by the COR. The Contractor is responsible for delivery to the appropriate locations specified by the delivery schedule or COR. The Contractor will provide the necessary means to accomplish such delivery (e.g.: hand truck, dolly, cart, etc.) The Government assumes no obligation to provide and/or make available to the contractor any such means required for such delivery, nor shall the Government be required to accept shipment should the contractor be unable to make delivery as required. FRESHNESS REQUIREMENT FOR DAIRY PRODUCTS Fluid dairy products and other dairy products shall have sufficient remaining shelf life commensurate with good commercial practices and at a minimum: Milk must be delivered within a reasonable industry standard time after pasteurization and have a shelf life of at least 10 days after the date of delivery. Cottage cheese, cultured, with a normal shelf life, must be delivered within 4 days after the date of packaging. Cottage cheese cultured or acidified, with an extended shelf life, must be delivered within 7 days after the date of packaging. REFRIGERATION, FROZEN PRODUCTS, AND DRY STORAGE REQUIREMENTS Items requiring ""protection from heat"" shall be transported and stored at a temperature below 70 degrees Fahrenheit. Carrier equipment for straight loads of ""Chilled"" products will be required to be pre-cooled to a minimum temperature of 35 degrees Fahrenheit and a maximum temperature of 41 degrees Fahrenheit and shall be capable of maintaining temperature within that range to destination. Carrier equipment for a straight load of ""Frozen"" products will be pre-cooled to 10 degrees Fahrenheit or lower before loading and capable of maintaining O degrees Fahrenheit or lower to destination. The product should be loaded in the carrier's equipment as promptly as possible to minimize product temperature rise. The product shall be hard frozen at the destination and show no signs of defrosting. The temperature of the product shall not be above O degrees Fahrenheit. Frozen products will be wrapped in polyurethane wrapping. Carrier equipment for a straight load of ""Frozen and Chilled"" products will be required to be pre-cooled to a minimum temperature of 35 degrees Fahrenheit and a maximum temperature of 41 degrees Fahrenheit and shall be capable of maintaining temperatures within that range to the destination. The frozen products in the load shall be completely segregated by installing effective barrier(s) at the time of loading to prevent product damage. US PUBLIC HEALTH SERVICE (USPHS) RATING All milk/milk products shall be Grade A quality. Contractor shall have obtained USPHS pasteurized milk rating of 90% or higher within the last two-year period and shall retain such status throughout the term of the contract. A copy of the current USPHS rating shall be provided to the Contracting Officer upon request. Failure to maintain USPHS rating of 90% or higher is grounds for immediate contract termination. Contractor shall provide the following rating data: Pasteurized Milk Rating: Date of Rating: Statement Sanitation Rating Agency and Address: Type of Products: ORDERS All orders will be placed on an as-needed basis for delivery two days a week (no exceptions). Specific quantities and delivery dates will be determined in accordance with the delivery schedule by the COR. The Contractor will NOT substitute any items and will not increase or decrease quantities ordered without prior approval from the COR. The facility will provide order numbers at the time the order is placed. Orders can be placed by telephone, in writing, or fax or given to the Contractor personnel as mutually agreed upon by the COR and the Contractor. ORDERS PLACED BY TELEPHONES: Contractor shall provide in the space provided below the name, location, and telephone number of the office where orders may be placed by phone: Name: __________________________________________________ Address:_________________________________________________ _________________________________________________ Telephone Number: ___________________________ Fax Number: _________________________________ For tracking purposes, the COR shall document all verbal orders with the following minimum information: Contract No. and Purchase Order Number Date/Time of Order Placement Name of Contractor Ordering Clerk PACKAGING, PACKING AND LABELING Preservation, packaging and packing shall be to a degree of protection to preclude damage to containers and/or contents 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 comply with National Motor Freight and Uniform Freight classifications in effect at the time of shipment. 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 regulation promulgated thereunder. All items must be identified with readable dates (open code dates) or coded dates. Contractors not using open dating will provide a product code number key listing. The product code number key listing shall explain the actual date of production or processing. Copies of key-code listings will be furnished to each destination receiving officer and each destination inspection agency with the first delivery. PRODUCT AVAILABILITY 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. PROCUREMENT FROM ANOTHER SOURCE The Contracting Officer shall make every effort to ensure that offered substitutions are given fair and reasonable consideration and that procurement from an alternate source is made only if necessary. If procurement from an alternate source is required due to the Contractor's fault, the Contractor is responsible for any price difference and any other additional charges. CONTRACTOR LICENSE, PERMITS AND FACILITIES The Contractor shall obtain all necessary licenses and/or permits required to perform under this contract. The Government may, prior to contract award or at any time during the term of the contract, inspect the Contractor's plan, personnel, equipment, processes, and protective containers to determine compliance with State and Federal sanitary requirements. Contractor shall provide here under the name and address of the plant(s) to be utilized for performance of this Contractor: _______________________________________________________ _______________________________________________________ _______________________________________________________ In the event another Federal Agency has inspected the plant listed within the past year, indicate the agency's name, address, and phone: _______________________________________________________ _______________________________________________________ _______________________________________________________ LABORATORY REPORTS Upon request the Contractor shall provide the Contracting Officer with copies of laboratory reports prepared by an official of a Federal, State, or County laboratory and shall include chemical and bacteriological examination results and certification that adequate public health controls are in effect at the plant are being observed. The Coliform Count and Plant Count on applicable items shall not exceed the maximum allowed by the County and/or State Health Department in more than one (1) sample in each series of four (4), each sample to be taken on separate days. QUALITY MANAGEMENT The Government further reserves the right to enter and inspect any vehicle used to deliver goods for, but not limited to, compliance of sanitation conditions, proper refrigeration, proper cargo area temperature, etc. Such inspection shall be made on a random basis, upon delivery. CONCTRACTOR DELIVERY PERSONNEL All Contractor personnel are required to wear distinctive clothing bearing the Contractor's name and badges bearing the Contractor's name, employee picture, and the employee's name in English, as well as proper hair restraints. INVOICES The Contractor shall submit proper invoices (which can be done electronically) weekly to N&FS. Proper invoices shall contain: The contract and obligation numbers. Description of services performed. Facility Name, facility address, and COR name. Assigned purchase order/obligation. Period of Performance and any additional details necessary to identify service rendered. Itemized list of products and quantities delivered. PAYMENT No advance payments will be authorized. PAYMENT OF INVOICES MAY BE DELAYED IF INVOICES ARE NOT COMPLETED PROPERLY. PERSONNEL POLICY The parties agree that the contract personnel working under this contract shall not be considered VA employees and shall be considered the Contractor's employees. The Contractor shall be responsible for providing worker's compensation, professional liability insurance, health examination, income tax withholding, and social security payments. Contracting Officers Representative (COR) Richard Gaughan Khara Campbell Nutrition and Food Services (120T) Nutrition and Food Services (120T) 1901 S. 1st St., Bldg. 163 1901 S. 1st St., Bldg. 47W Temple, TX 76504 Temple, TX 76504 Phone: 254-899-7392 Phone: 254-899-7392 Email: Richard.Gaughan@va.gov Email: Khara.Campbell@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/212df6574e7a46d093c67780ad85f28b/view)
- Place of Performance
- Address: Central TX VA Health Care System Olin E. Teague 1901 Veterans Memorial Dr., Temple, TX 76504, USA
- Zip Code: 76504
- Country: USA
- Zip Code: 76504
- Record
- SN07169180-F 20240815/240813230130 (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 |