SOLICITATION NOTICE
89 -- Fresh Produce Food-Indianapolis- Nutrition and Food Service
- Notice Date
- 4/17/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
- ZIP Code
- 45219
- Solicitation Number
- 36C25019Q0544
- Response Due
- 4/23/2019
- Archive Date
- 4/30/2019
- Point of Contact
- john.rogers4@va.gov
- Small Business Set-Aside
- N/A
- Description
- FedBizOpps Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Rev. March 2010 89 Fresh Produce Food-Indianapolis- Nutrition and Food Service 45219 36C25019Q0544 04-23-2019 7 N 311991 Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati OH 45219 John Rogers john.rogers4@va.gov Richard L. Roudebush VA Medical Center 1481 W. 10th Street Indianapolis, IN 45202 www.va.gov Department of Veterans Affairs (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C2519Q0544 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This acquisition is an unrestricted solicitation. The NAICS code is 311991 and the size standard is 500 Employees. (v) The contract line items are listed in the price schedule of the solicitation package. When providing a quote, please provide a fixed rate for each line item. (vi) The contractor shall provide Fresh Produce and Specialty i in accordance with the Performance Work Statement that is included in the solicitation package. (vii) The period of performance is from 1 May 2019 30 November 30, 2019. With (4) 12 Month Option Years (viii) The provision 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. See solicitation package for this provision which includes the quote submission instructions. (ix) The provision 52.212-2, Evaluation Commercial Items, applies to this acquisition. See solicitation package for the evaluation factors that will be used to determine which vendor will be selected for the contract award. (x) The provision 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (xi) The clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. (xiii) All additional contract clauses and provisions are included in the attached solicitation package. (xiv) The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition. (xv) Quotes are due by 2:00 PM (Eastern Time) on April 23, 2019 and can be emailed to john.rogers4@va.gov. (xvi) The point of contract John Rogers. Email john.rogers4@va.gov. See attached document: S02 - 36C25019Q0544 PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 48 583-19-2-120-0017 36C25019Q0544 04-17-2019 John Rogers 513.559.3713 04-23-2019 1400 EST 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati OH 45219 x 311991 500 Employees N/A X See Statement of Work for location of performance under the planned contrac 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati OH 45219 Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 See CONTINUATION Page Please provide a quote to John Rogers by the close date of this solicitation. What should be included in the quote are as follows: - Complete 1449 and Price Schedule filled and signed - Any amendment issued signed and returned with quote - All certification required, Duns# Address#, registered in SAMS etc. Please email your quote to John Rogers john.rogers4@va.gov Any questions or concerns can be emailed See CONTINUATION Page X X 36C25019Q0544 Page 1 of Page 2 of 48 Page 1 of Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION 4 B.3 DELIVERY SCHEDULE 8 SECTION C - CONTRACT CLAUSES 13 C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 13 C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 18 C.3 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) 18 C.4 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 19 C.5 VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) 19 C.6 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 20 C.7 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 21 C.8 VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) 21 C.9 VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 21 C.10 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 22 C.11 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2019) 22 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 30 SECTION E - SOLICITATION PROVISIONS 31 E.1 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION) 31 E.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 31 E.3 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 32 E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) 32 36C25019Q0544 Page 1 of Page 12 of 48 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati OH 45219 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 24.00 CS __________________ __________________ TOMATOES 0002 24.00 CS __________________ __________________ LETTUCE, SALAD MIX 0003 72.00 CS __________________ __________________ FRUIT SALAD MIX 0004 60.00 CS __________________ __________________ BLUEBERRIES 0005 48.00 CS __________________ __________________ POTATOES 0006 60.00 CS __________________ __________________ STRAWBERRIES 0007 48.00 CS __________________ __________________ LETTUCE, ROMAINE 0008 36.00 CS __________________ __________________ LETTUCE, SALAD MIX 0009 36.00 CS __________________ __________________ POTATO, FINGERLING 0010 36.00 CS __________________ __________________ CUCUMBERS 0011 12.00 CS __________________ __________________ APPLES, RED 0012 24.00 CS __________________ __________________ SPINACH, FRESH 0013 12.00 CS __________________ __________________ PICKLES 0014 48.00 CS __________________ __________________ SALAD MIX, ARCADIAN 0015 12.00 CS __________________ __________________ ONION, RED JUMBO 0016 12.00 CS __________________ __________________ CARROTS, MATCHSTICK 0017 36.00 CS __________________ __________________ LETTUCE, ROMAIN HEARTS 0018 36.00 CS __________________ __________________ LETTUCE, SHREDDED 0019 24.00 CS __________________ __________________ BANANAS 0020 12.00 CS __________________ __________________ CANTALOUPE, CHUNKS LOCAL STOCK NUMBER: 22.10 0021 12.00 CS __________________ __________________ HONEYDEW MELON 0022 24.00 CS __________________ __________________ CELERY, CUT 0023 36.00 CS __________________ __________________ SLAW, SHREDDED 0024 12.00 CS __________________ __________________ CAULIFLOWER, FLORET 0025 36.00 CS __________________ __________________ ORANGES 0026 12.00 CS __________________ __________________ SWEET POTATOES 0027 12.00 CS __________________ __________________ SQUASH, YELLOW 0028 12.00 CS __________________ __________________ SQUASH, ZUCCHINI 0029 24.00 CS __________________ __________________ POTATO, BAKERS LOCAL STOCK NUMBER: 17.46 0030 24.00 CS __________________ __________________ PINEAPPLES, CUT 0031 48.00 CS __________________ __________________ FRUIT SALAD, PIECES 0032 48.00 CS __________________ __________________ BROCCOLI, FLORETS 0033 24.00 CS __________________ __________________ CARROTS, BABY, PEELED 0034 12.00 CS __________________ __________________ PLUMS, FRESH 0035 24.00 CS __________________ __________________ GRAPES, SEEDLESS GRAND TOTAL __________________ B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 24.00 0002 24.00 0003 72.00 0004 60.00 0005 48.00 0006 60.00 0007 48.00 0008 36.00 0009 36.00 0010 36.00 0011 12.00 0012 24.00 0013 12.00 0014 48.00 0015 12.00 0016 12.00 0017 36.00 0018 36.00 0019 24.00 0020 12.00 0021 12.00 0022 24.00 0023 36.00 0024 12.00 0025 36.00 0026 12.00 0027 12.00 0028 12.00 0029 24.00 0030 24.00 0031 48.00 0032 48.00 0033 24.00 0034 12.00 0035 24.00 VETERANS HEALTH INDIANA FRESH PRODUCE VENDOR-NUTRITION & FOOD SERVICE STATEMENT OF WORK 1. The contractor will provide fresh and frozen fruit and vegetable products listed on the Schedule for the period of May 1, 2019 November 30, 2019 with five (5) 12-month option years for Veterans Health Indiana. This contract may be extended up to five (5), one-year periods at the option of the Government in accordance with FAR 52.217-9, Option to Extend the Term of the Contract, subject to the availability of funds. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Exercise of the option will be based on what is most advantageous to the Government. Evaluation of options shall not obligate the Government to exercise the option. 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. 2. PRODUCT ORIGIN Commodities delivered pursuant to this Commodity Specification shall have originated from crops that have been 100 percent grown, processed, and packed in the United States, its territories or possessions, the Commonwealth of Puerto Rico, or the Trust Territories of the Pacific Islands, (hereinafter referred to as the United States). See Section I., F. of the Master Solicitation. If the contractor handles any commodity originating from sources other than the United States, the contractor must have a written plan to segregate the commodity. This segregation plan will include an identification and record system for all commodities to ensure they are completely segregated and cannot be used to fulfill purchase orders awarded by USDA. Such segregation plan must be made available, within 10 days of purchase order award, to representatives of the Agricultural Marketing Service (AMS). The contractor must maintain positive written documentation records evidencing 100 percent domestic origin to the grower level. Contractors must also ensure that the documentation provided by any subcontractors demonstrates the same level of traceability. The burden of proof of compliance is on the contractor. Documentation may include load or warehouse storage receipts for raw product (i.e., bin tags), product blend (formulation) records, product coding explanations, finished product warehousing records, shipping or payment records, or other documentation or evidence that clearly establishes the product's domestic origin. Contractors shall provide the domestic origin certification and supporting documentation records to representatives of the AMS Specialty Crops Program, Specialty Crops Inspection (SCI) Division (USDA Inspector) when requesting inspection service. USDA Inspectors will select and review at least one code for each purchase order or IDIQ contract to determine compliance with the Agency's domestic origin requirements. Such records must be available for review by the Government in accordance with FAR 52.214-26. In the event of an audit, AMS auditors will examine as many codes as is necessary to verify compliance. Self-certifications by contractors and subcontractors will not be accepted. 4. PRODUCT DELIVERY: The Contracting Officer s Representatives (CORs) of the Nutrition and Food Service (NFS) shall arrange for product delivery on a needed basis from the Schedule of Supplies and Services included under Section B. Arrangements will be made by telephone, emailed, faxed, or any other method mutually agreed upon by the COR and the Contractor. 5. PACKAGING AND PRODUCTS: a. All products shall be pasteurized. b. All products shall be prepared and packaged under modern sanitary conditions in accordance with acceptable commercial practices and in accordance with all applicable state and federal laws and regulations. Additionally, all products shall be adequately packed to prevent damage during shipping, handling and storage. c. Expiration dates must be clearly visible on each container and products must have a minimum of 7 (seven) days of shelf-life remaining. 6. DELIVERIES: a. Deliveries shall be made to the Kitchen Receiving area listed under item #8 of this Description/Specifications/Work Statement unless otherwise directed by the COR. b. Deliveries are required in the frequencies and within the delivery window identified. Holiday delivery schedules will follow the days/times established unless prior arrangements have been made with the respective COR. c. All items shall be delivered in a refrigerated truck that maintains an internal product temperature of no greater than 40 degrees Fahrenheit. All frozen products shall show no evidence of thawing. Items not meeting these criteria will be rejected. d. Off-loading of product shall occur in the presence of VA authorized receiving personnel only. e. Contractor shall be responsible for providing hand trucks, dollies, rolling storage dollies for produce, etc., required to affect delivery to appropriate location. 7. INSPECTIONS: a. DELIVERED GOODS: 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. b. REJECTIONS: Any items 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 3:00 p.m., unless otherwise specified by the COR. c. DELIVERY VEHICLES: 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, etc. Such inspection shall be made on a random basis, upon delivery, at least once during the contract period. 8. INSPECTION REPORTS: Upon request the Contractor shall provide the Contracting Officer with a copy of inspection reports, prepared by an official of a Federal, State, or County board and shall include chemical and bacteriological examination results and certification that adequate Public Health controls are in effect at the warehouse and are being observed. 9. CONTRACTOR DELIVERY PERSONNEL: All Contractor delivery personnel shall be required to wear a company uniform, which clearly displays the name of the company and the individual, and shall be of a neat, clean appearance. 9. PRE-AWARD CONFERENCE: If appropriate, the Contracting Officer will schedule a conference for contract orientation purposes with the successful offeror. 8. REQUIRED DELIVERY SCHEDULES BY LOCATION: FRESNO TIME OF DELIVERY FREQUENCY/LIMITATIONS Veterans Health Indiana 7:00am 9:00am Three (3) deliveries per week: 1481 West 10th Street Monday, Wednesday, Friday Attn: Nutrition & Food Service Indianapolis, IN 46202 END OF SPECIFICATIONS NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25019Q0544/listing.html)
- Record
- SN05284656-F 20190419/190417230037 (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 |