Ohio Bids > Bid Detail

8960--Nutrition and Food Service Milk

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159770006251760
Posted Date: Dec 27, 2022
Due Date: Jan 6, 2023
Solicitation No: 36C25023Q0213
Source: https://sam.gov/opp/c6d54c47b9...
Follow
8960--Nutrition and Food Service Milk
Active
Contract Opportunity
Notice ID
36C25023Q0213
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 27, 2022 12:15 pm EST
  • Original Date Offers Due: Jan 06, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8960 - BEVERAGES, NONALCOHOLIC
  • NAICS Code:
    • 311511 - Fluid Milk Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Dayton VAMC Dayton , OH 45428
    USA
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items
Effective Date: 02/01/2022
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ (36C25023Q0213). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08

This solicitation is a full and open competition.

The associated North American Industrial Classification System (NAICS) code for this procurement is 311511, Fluid Milk Manufacturing with a small business size standard of 1000 employees. The FSC/PSC is 8960.

The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409
All interested companies shall provide quotations for the following:

Supplies/Services

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

250.00
GL
__________________
__________________

2% Milk 1 Gallon
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0002

30,000.00
PT
__________________
__________________

Chocolate 1% Milk 1/2 Pint
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0003

19,000.00
PT
__________________
__________________

2% Milk 1/2 Pint
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0004

20,400.00
PT
__________________
__________________

Vitamin D Milk 1/2 Pint
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0005

84,800.00
PT
__________________
__________________

1% Milk 1/2 Pint
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0006

2,100.00
PT
__________________
__________________

Skim Milk 1/2 Pint
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0007

100.00
GL
__________________
__________________

Orange Fruit Drink 1 Gallon
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024
0008

100.00
GL
__________________
__________________

Fruit Drink 1 Gallon
Contract Period: Base
POP Begin: 01-13-2023
POP End: 01-12-2024

GRAND TOTAL:
__________________
1001

250.00
GL
__________________
__________________

2% Milk 1 Gallon
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1002

30,000.00
PT
__________________
__________________

Chocolate 1% Milk 1/2 Pint
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1003

19,000.00
PT
__________________
__________________

2% Milk 1/2 Pint
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1004

20,400.00
PT
__________________
__________________

Vitamin D Milk 1/2 Pint
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1005

84,800.00
PT
__________________
__________________

1% Milk 1/2 Pint
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1006

2,100.00
PT
__________________
__________________

Skim Milk 1/2 Pint
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1007

100.00
GL
__________________
__________________

Orange Fruit Drink 1 Gallon
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025
1008

100.00
GL
__________________
__________________

Fruit Drink 1 Gallon
Contract Period: Option 1
POP Begin: 01-13-2024
POP End: 01-12-2025

GRAND TOTAL:
__________________
2001

250.00
GL
__________________
__________________

2% Milk 1 Gallon
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2002

30,000.00
PT
__________________
__________________

Chocolate 1% Milk 1/2 Pint
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2003

19,000.00
PT
__________________
__________________

2% Milk 1/2 Pint
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2004

20,400.00
PT
__________________
__________________

Vitamin D Milk 1/2 Pint
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2005

84,800.00
PT
__________________
__________________

1% Milk 1/2 Pint
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2006

2,100.00
PT
__________________
__________________

Skim Milk 1/2 Pint
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2007

100.00
GL
__________________
__________________

Orange Fruit Drink 1 Gallon
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026
2008

100.00
GL
__________________
__________________

Fruit Drink 1 Gallon
Contract Period: Option 2
POP Begin: 01-13-2025
POP End: 01-12-2026

GRAND TOTAL:
__________________

STATEMENT OF WORK FOR THE REQUIREMENT OF NUTRITION AND FOOD SERVICE
AT THE DAYTON VA MEDICAL CENTER
STATEMENT OF WORK (SOW)
The Dayton Veterans Affairs Medical Center (Dayton VAMC) Nutrition and Food Service has a requirement for various gallons and pints of milk and chocolate milk.

DESCRIPTION OF AGREEMENT
This agreement shall govern the terms and conditions and prices under which the contractor shall furnish, and the Federal Government shall order Milk for the Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428.

EXTENT OF OBLIGATION
The Federal Government is obligated only to the extent of authorized calls placed against this agreement.

Delivery Instructions. All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. The type of delivery order will be specified when the order is placed, and the Contractor shall deliver within the timelines stated below:

Routine: All routine orders shall be delivered within 24 (twenty-four) hours according to the delivery location in the above SOW, during normal business hours. Routine deliveries are not required on the weekends or federal holidays. Routine stock delivery orders will be placed by phone during normal business hours, 6:30am to 3:00 p.m. local time, Monday through Friday excluding all federal holidays.

HOURS OF SERVICE
The Contractor shall be available, 24 hours per day, 365 days per year including Federal holidays. The following terms have the following meanings:
Regular Delivery Schedule: Monday through Friday, 6:30 am to 3:00 pm
Federal Holidays: The 11 holidays observed by the Federal Government are:

New Year s Day Dr. Martin Luther King JR Birthday
President s Day Memorial Day
Juneteenth Independence Day
Labor Day Columbus Day
Veterans Day Thanksgiving
Christmas

The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies.
Place of Performance/Place of Delivery
Dayton VA Medical Center
4100 West Third Street
Dayton, Ohio 45428

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2022)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2021)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022)

The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.217-3, Evaluation Exclusive of Options
FAR 52.217-4, Evaluations of Options Exercised at Time of Contract Award
FAR 52.217-5, Evaluation of Options
FAR 52.217-6, Option for Increased Quantity
FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.219-14, Limitations on Subcontracting
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-41, Service Contract Act

Other VA Acquisition Regulation Provisions and Clauses
VAAR 852.203-70, Commercial Advertising
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.246-71, Rejected Goods

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotations: Contracting Officer shall notify potential quoters of the basis on which award will be made (price alone or price and other factors, e.g., past performance and quality). Solicitations are not required to state the relative importance assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and the complexity of that supply and/or service.
Technical or Quality
Past Performance
Veterans Involvement {Pursuant to VAAR 813.003-70 (c) (2), to the extent that market research does not support an SDVOSB or VOSB set-aside, the Contracting Officer shall include evaluation factors prescribed at VAAR 815.304}
Price
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service.
Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.
Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award ( https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award.
Price: The Government will evaluate the price by adding the total of all line item prices, including all options delete preceding three (3) words if no options are included}. The Total Evaluated Price will be that sum.
Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. {Contracting Officer shall insert the following if the solicitation will include options that are exercisable under FAR 52.217-8}
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 27, 2022 12:15 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >