DOCUMENT
99 -- WASHINGTON D.C. VA MEDICAL CENTER BAKERY AND BREAD REQUIREMENT - Attachment
- Notice Date
- 8/29/2018
- Notice Type
- Attachment
- NAICS
- 311812
— Commercial Bakeries
- Contracting Office
- Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
- ZIP Code
- 25405
- Solicitation Number
- 36C24518Q9239
- Response Due
- 9/5/2018
- Archive Date
- 10/5/2018
- Point of Contact
- Rhett Bohling
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought. It is not a solicitation or request for proposal, but an effort to obtain information for planning purposes only. Page 1 of Page 3 of 3 Page 1 of DEPARTMENT OF VETERANS AFFAIRS WASHINGTON D.C. VA MEDICAL CENTER BAKERY AND BREAD REQUIREMENT The associated North American Industrial Classification System (NAICS) code for this procurement is 311812 with a small business size standard of 500 employees. The Washington D.C. VA Medical Center is seeking a contractor to provide bread and bakery products to the Veterans Affairs Medical Center, Main Kitchen, Room 1C-102 located at 50 Irving St NW Washington DC 20422. The VA intends to award a firm, fixed price contract for the provision of bread and bakery products. The quantities listed in the attached Schedule are estimated requirements for the Nutrition & Food Services. All interested companies shall provide quotations for the following: Supplies 0001 Texas Toast 240 EA 0002 Sandwich White Bread 4340 EA 0003 4 100% Whole Wheat 7260 EA 0004 12 4" PL Hamburger Roll 3660 EA 0005 12 6" Italian Steak Rolls Sliced 830 EA 0006 16 Split - Top White Dinner Rolls 1880 EA 0007 Rye Bread, Seedless, Sliced 990 EA 0008 Plain Hot Dog Rolls 1500 EA 0009 Breadsticks Par Baked 3500 EA 0010 Kaiser Roll 3500 EA 0011 Wheat Pita 3500 EA 0012 100% Whole Grain 10000 EA 0013 12" Large Sub Rolls, Sliced 3500 EA 0014 Country Whie Bread 5000 EA Period of Performance: The period of performance for the provision of bread and bakery products shall be a base period from October 1st, 2018 through September 30th, 2019. Note: The contractor shall deliver required commodities no later than 30 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 4:00 pm of the delivery location, during normal workday business hours. Please note, a lift gate may be required for delivery at destination. This announcement constitutes a Sources Sought. It is not a solicitation or request for proposal, but an effort to obtain information for planning purposes only. The U.S. Government is performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research, but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. Any subsequent information relating to this notification will be electronically posted to www.fbo.gov. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. Respondents to this Sources Sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review. Company name, corporate point of contact, phone number, email address, website, business size (and any socio-economic considerations such as 8a, Service Disabled Veterans-Owned, HubZones, and Women- Owned small business), NAICS code, Cage Code, brief synopsis of company's technical capability and capacity to manufacture the item(s), past production experience (if any), description of facilities and personnel, expected delivery schedule for each item (in days after award), maximum monthly production quantities, minimum order quantity required, lead times that may impact delivery, rough price estimate for the kit, information on how the company will meet safety / hazardous material handling requirements. State whether the company will be the actual manufacturer of the items or if it will subcontract all or a portion of the requirement; if the company is not the actual manufacturer, indicate what percentage in dollars (not including Materials) and/or what production operations it will subcontract, describing any anticipated teaming arrangements. Indicate what percentage would be assembled or produced in the U.S. for each item. ****Interested sources should submit the requested information no later than close of business 5 September 2018 via email to Mr. Rhett Bohling, Rhett.Bohling@va.gov. Submissions are restricted to a maximum file size of 5MB and required to be in the English language and be prepared in Microsoft ® Word or Adobe ® PDF compatible formats. Telephone responses will not be accepted. Any questions must be submitted via email to the point of contact above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/36C24518Q9239/listing.html)
- Document(s)
- Attachment
- File Name: 36C24518Q9239 36C24518Q9239.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4568113&FileName=36C24518Q9239-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4568113&FileName=36C24518Q9239-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24518Q9239 36C24518Q9239.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4568113&FileName=36C24518Q9239-000.docx)
- Place of Performance
- Address: Washington D.C. VA Medical Center;50 Irving Street, N.W.;Washington, DC
- Zip Code: 20422
- Zip Code: 20422
- Record
- SN05063407-W 20180831/180829231939-d60bc22b45242e348982e6ad04f6cdcc (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 |