DOCUMENT
89 -- Dairy Products VAMC Asheville NC Base Plus 4 - Attachment
- Notice Date
- 9/19/2019
- Notice Type
- Attachment
- NAICS
- 311511
— Fluid Milk Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24620Q0025
- Response Due
- 9/24/2019
- Archive Date
- 9/29/2019
- Point of Contact
- John P Harmsen
- E-Mail Address
-
5-3978<br
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK PROVIDE MILK REQUIREMENTS Contractor shall provide the estimated Milk requirements as described in the schedule below to the Location: Asheville, NC in accordance with the specifications contained herein. The Government anticipates award of a Firm Fixed-Price Estimated Requirements contract for milk products. The Government does not guarantee the estimated yearly quantity. Any proposed alternate item shall meet the requirements of the Government specification as cited in the Index of Federal Specifications/Standards (FED) and or commercial Item Description (CID). The awarded contract shall constitute the entire agreement including all terms and conditions applicable to the contract. DEFINITIONS N&FS Nutrition & Food Service GENERAL REQUIREMENTS The contractor shall contact the Contracting Officer on all matters pertaining to administration. Only the contracting Officer is authorized to make commitments to issue changes which will affect the price, quantity, quality, or delivery terms of this contract. ALTERNATE ITEMS, PACKAGING, AND PACKING: Offerors may propose alternate items, packaging, or packing. Offerors shall clearly indicate, in their offer, the quantity, packaging size, unit or other different features upon which the offer is submitted. Evaluation of the alternate item will be made against a common denominator (i.e.; weight, package quantity, etc.). Offerors are reminded that the alternate item must meet all the requirements of the Government specifications. Availability of requirements documents cited in the solicitation: a) The GSA Index of Federal Specifications (FED), Standards and Commercial Item Descriptions (CID), FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to: GSA Federal Supply Service (Address) b) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph C2.2.(a) of this provision. Additional copies will be issued for a fee. PRODUCT QUALITY AND FRESHNESS: All milk shall be delivered to the requested destination no later than 72 hours after said milk is pasteurized. This requirement is in accordance with the CID Specification # A-A-200113, dated December 12, 1986. All milk and milk product items furnished under this contract shall be fresh and of the highest quality. Failure to comply with this condition will be considered grounds for contract default against the offeror. The successful offeror shall furnish to the COR and or the Contracting Officer the code or instructions to decipher the date on which the pasteurization process was completed. This information shall be furnished within five (5) days from award of the contract. Failure to comply with this condition will be considered grounds for contract default against the offeror. All products furnished under this contract shall be processed and packed under sanitary conditions in strict accordance with guidelines provided by the U.S. Food and Drug Administration and the U.S. Department of Agriculture, using the best commercial practices that are standard for the industry. All containers shall be clean, sound, and securely covered or sealed to provide adequate protection from dirt, filth, or contamination. 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 there under, is acceptable. 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 tables contained in the latest revision of Federal Standard No. 376. If a product is manufactured to metric dimensions and 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 COR, in accordance with the Contracting Officer, will accept or reject the product. Additional packaging, packing, and/or marking requirements can be found in the Addendum to 52.212-4, Terms and Conditions Commercial Items. DELIVERIES OR PERFORMANCE: The Contracting Officer shall authorize Medical Center personnel to place delivery orders for milk products listed in the schedule of pricing. Orders shall be placed no less than 1 work day prior to required delivery date, upon delivery at the receiving location, items ordered shall be within in expiration date and shall not expire within 10 days of receipt. Deliveries shall be made between 8:00 a.m. and 10:00 a.m., local time, on Monday, Tuesday, Thursday, Friday, and Saturday, as requested by the COR or his/her designee, excluding Sundays and designated Federal Holidays. Delivery shall be made within the premises at the following location: Asheville VAMC 1100 Tunnel Rd Asheville, NC 28805 Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: New Year s Day Martin Luther King s Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas BRANCH FIRM: If the orders are to be placed and delivery effected by a branch firm at other than the address given on page one, this firm and address with telephone number will be inserted below. BRANCH FIRM FOR DELIVERIES TO ASHEVILLE VAMC: Name: Nutrition and Food Service (120) Address: 1100 Tunnel Rd Asheville, NC 28805 Telephone: 828-298-7911 x2521 INSPECTION OF PLANTS: All products furnished under the awarded contract shall be processed at plants 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 meets these requirements, provided that the inspection was made not more than six (6) months prior to the proposed contract period (See Addendum to 52.212-3 for representations and certifications. 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. If the plant of the apparent low offeror does not meet specification or is not acceptable, the offer will be rejected. INSPECTION OF PLANTS: An inspection may be made of the premises and employees of bidder, prior to making award, and conditions found will be considered in awarding the contract. Inspection 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 contractors account. THE OFFEROR CERTIFIES THAT: (check one) (__) No agent of the Federal Government has conducted an inspection of the physical facilities of this plant within the last six months. -OR- (__) An inspection of the physical facilities of the plant was conducted by the: __________________________________ on ________________________. (Agency) (Date of inspection) PLEASE PROVIDE COPY OF LAST INSPECTION REPORT WITH THE QUOTE SUBMISSION. This will be a base year plus four option years contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24620Q0025/listing.html)
- Document(s)
- Attachment
- File Name: 36C24620Q0025 36C24620Q0025_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5162738&FileName=36C24620Q0025-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5162738&FileName=36C24620Q0025-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24620Q0025 36C24620Q0025_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5162738&FileName=36C24620Q0025-000.docx)
- Record
- SN05451421-W 20190921/190919231030-0a8807fd70fc1f461b8f18247b9ab393 (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 |