Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOLICITATION NOTICE

H -- BACTERIAL AND NUTRITIONAL FOOD TESTING

Notice Date
1/6/2020 12:27:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0179
 
Response Due
1/9/2020 8:59:59 PM
 
Archive Date
04/17/2020
 
Point of Contact
Warren A Pennil
 
E-Mail Address
warren.pennil@va.gov
(warren.pennil@va.gov)
 
Awardee
null
 
Description
2 of 11 RFQ 36C24620Q0179: Microbiological and Nutritional Analysis Testing VISN 6 Commissary: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The Government reserves the right to make no award from this solicitation. This is a Request for Quote (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-03. The North American Industrial Classification System (NAICS) code for this procurement is 541380 with a business size standard of $7.5M. This solicitation is unrestricted. Department of Veterans Affairs, Network Contracting Office VAAA, is soliciting offers from all SAM registered businesses to provide microbiological and nutritional analysis testing for the Hampton VA Medical Center commissary. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements. Description Microbiological analysis of food products uses the biological, biochemical, molecular or chemical methods for the detection, identification or enumeration of microorganisms in a material (e.g. food, drink, environmental or clinical sample). It is often applied to disease causing and spoilage microorganisms. End-product testing remains a vital part of any food manufacturing control strategy. In products in which microorganisms can survive and grow, routine microbiological analysis is important to confirm that manufacturing control mechanisms are effective. It is also necessary for the checking of raw material quality. Nutrition analysis refers to the process of determining the nutritional content of foods and food products. The process can be performed through a variety of certified methods. The deadline for quotes is 4:30pm EST, January 9th 2020. They shall be submitted to warren.pennil@va.gov ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Microbiological Testing. (NTE 245). Include aerobic plate count, anaerobic plate count, E. coli/coliform, staphylococcus. Contract Period: Base POP Begin: 1-13-2020 POP End: 11-30-2020 1 YR 0002 Listeria Testing Twice monthly. Contract Period: Base POP Begin: 1-13-2020 POP End: 11-30-2020 12 MO 0003 Other test upon request:(NTE 8) Nutritional Analysis (based on 100gm and other measurement sizes as requested) and include: Calories, total fat, monounsaturated fat, polyunsaturated fat, saturated fat, trans fat, cholesterol, sodium, potassium, total carbohydrates, fiber, sugars, protein, calcium, iron, phosphorus. Contract Period: Base POP Begin: 1-13-2020 POP End: 11-30-2020 1 YR 0004 Cooler Return (NTE) $10.00 per return to Hampton VAMC. Contract Period: Base POP Begin: 1-13-2020 POP End: 11-30-2020 45 EA TOTAL: 1001 Microbiological Testing. (NTE 245) Include aerobic plate count, anaerobic plate count, E. coli/coliform, staphylococcus. Contract Period: Option 1 POP Begin: 12-01-2020 POP End: 11-30-2021 1 YR 1002 Listeria Testing Twice monthly. Contract Period: Option 1 POP Begin: 12-01-2020 POP End: 11-30-2021 12 MO 1003 Other test upon request: (NTE 8) Nutritional Analysis (based on 100gm and other measurement sizes as requested) Calories, total fat, monounsaturated fat, polyunsaturated fat, saturated fat, trans fat, cholesterol, sodium, potassium, total carbohydrates, fiber, sugars, protein, calcium, iron, phosphorus. Contract Period: Option 1 POP Begin: 12-01-2020 POP End: 11-30-2021 1 YR 1004 Cooler Return (NTE) $10.00 per return to Hampton VAMC. Contract Period: Option 1 POP Begin: 12-01-2020 POP End: 11-30-2021 45 EA TOTAL: 2001 Microbiological Testing. (NTE 245) Include aerobic plate count, anaerobic plate count, E. coli/coliform, staphylococcus. Contract Period: Option 2 POP Begin: 12-01-2021 POP End: 11-30-2022 1 YR 2002 Listeria Testing Twice monthly. Contract Period: Option 2 POP Begin: 12-01-2021 POP End: 11-30-2022 12 MO 2003 Other test upon request: (NTE 8) Nutritional Analysis (based on 100gm and other measurement sizes as requested) Calories, total fat, monounsaturated fat, polyunsaturated fat, saturated fat, trans fat, cholesterol, sodium, potassium, total carbohydrates, fiber, sugars, protein, calcium, iron, phosphorus. Contract Period: Option 2 POP Begin: 12-01-2021 POP End: 11-30-2022 1 YR 2004 Cooler Return (NTE) $10.00 per return to Hampton VAMC Contract Period: Option 2 POP Begin: 12-01-2021 POP End: 11-30-2022 45 EA TOTAL: 3001 Microbiological Testing. (NTE 245) Include aerobic plate count, anaerobic plate count, E. coli/coliform, staphylococcus. Contract Period: Option 3 POP Begin: 12-01-2022 POP End: 11-30-2023 1 YR 3002 Listeria Testing Twice monthly. Contract Period: Option 3 POP Begin: 12-01-2022 POP End: 11-30-2023 12 MO 3003 Other test upon request: (NTE 8) Nutritional Analysis (based on 100gm and other measurement sizes as requested) Calories, total fat, monounsaturated fat, polyunsaturated fat, saturated fat, trans fat, cholesterol, sodium, potassium, total carbohydrates, fiber, sugars, protein, calcium, iron, phosphorus. Contract Period: Option 3 POP Begin: 12-01-2022 POP End: 11-30-2023 1 YR 3004 Cooler Return (NTE) $10.00 per return to Hampton VAMC. Contract Period: Option 3 POP Begin: 12-01-2022 POP End: 11-30-2023 45 EA TOTAL: 4001 Microbiological Testing. (NTE 245) Include aerobic plate count, anaerobic plate count, E. coli/coliform, staphylococcus. Contract Period: Option 4 POP Begin: 12-01-2023 POP End: 11-30-2024 1 YR 4002 Listeria Testing Twice monthly. Contract Period: Option 4 POP Begin: 12-01-2023 POP End: 11-30-2024 12 MO 4003 Other test upon request: (NTE 8) Nutritional Analysis (based on 100gm and other measurement sizes as requested): Calories, total fat, monounsaturated fat, polyunsaturated fat, saturated fat, trans fat, cholesterol, sodium, potassium, total carbohydrates, fiber, sugars, protein, calcium, iron, phosphorus. Contract Period: Option 4 POP Begin: 12-01-2023 POP End: 11-30-2024 1 YR 4004 Cooler Return (NTE) $10.00 per return to Hampton VAMC. Contract Period: Option 4 POP Begin: 12-01-2023 POP End: 11-30-2024 45 EA TOTAL GRAND TOTAL Page 13 of 13 STATEMENT OF WORK Microbiological and Nutritional Analysis Testing VISN 6 Commissary General: The contractor shall provide all labor, tools, supplies, equipment, management, and testing facilities necessary to perform microbiological testing, listeria testing, and nutritional analysis on VISN 6 Commissary samples. The contractor s testing facility must be a food testing facility and shall have ISO/IEC 17025 accreditation. The VISN 6 Commissary is in the mid-Atlantic region. The contractor s testing facility needs to be located in the mid-Atlantic, Northeast, or Southeast region of the United States. Background. The VISN 6 Commissary located within Nutrition Food Services at the Hampton VA Medical Center located at 100 Emancipation Drive in Hampton, Virginia requires continual microbiological testing of food items produced to ensure food safety. The VISN 6 Commissary produces approximately 60 different food items utilizing the cook chill method. Microbiological testing is completed on each food item quarterly. Listeria testing of food contact surfaces is conducted twice a month. Nutritional analysis will be conducted on a as needed basis. Samples sent for testing may be as large as 2-gallon bags and meat items weighing up to fourteen (14) pounds. Samples may be sent on a weekly basis for testing and the number of samples will vary per shipment. Due to the uniqueness of contractors offering microbiological testing the VISN 6 Commissary requires the establishment of a firm-fixed, multi-year service contract. Coordination: The VISN 6 Commissary will serve as the focal point and designated a Contracting Officer Representative (COR) for this contract. The contractor will provide a sample testing form for the VISN 6 Commissary to fill out and return to the Contractor prior to sending samples for testing. The contractor must be able to accept samples via overnight shipping Tuesday through Friday. Alternative proposal for receiving methods (such as pick-up at the Hampton VA Medical Center, use of courier, or contractor provided shipping containers) will be accepted. The contractor must be able to test samples seven days a week. The contractor shall have adequate cold storage space (32�F or below) to store samples prior to testing. The COR will be immediately notified whenever a shipment arrives to the Contractor s testing facility at a temperature above 41�F. The contractor will hold the samples up to three (3) days before discarding and customer service will contact the COR for further course of action. Microbiological testing shall include at minimum aerobic plate count, anaerobic plate count, E. coli/coliform, and staphylococcus testing. The contractor will provide the COR/VISN 6 Commissary with the listeria swab kits. Nutritional analysis will be completed upon request and frequency will vary. The nutritional analysis shall be based on 100gm and other measurement sizes as requested and include at minimum calories, total fat, monounsaturated fat, polyunsaturated fat, saturated fat, trans fat, cholesterol, sodium, potassium, total carbohydrates, fiber, sugars, protein, calcium iron, and phosphorus. The contractor shall return any non-disposable shipping containers to the VISN 6 Commissary. The contractor is responsible for disposable of all samples upon completion of testing and all disposable shipping containers. The Contractor will provide a certificate of analysis results of microbial, listeria, and nutritional analysis, and shelf-lift testing within two (2) working days after completion of testing in a PDF format via electronic mail. Additional delivery methods accepted. Performance/Major Work Items: The Contractor shall work with VISN 6 Commissary to obtain additional data and information to support completion of the work listed in the scope above. The VISN 6 Commissary at the Hampton VA Medical Center requires contracted services to provide microbiological testing and nutritional analysis on food items produced by the VISN 6 Commissary. The contractor s responsibilities include but are not limited to the receiving testing items, holding testing items at proper temperature until testing is conducted, testing items, disposal of all items upon completion of testing, and providing a certificate of analysis for testing results. Disposal of waste will comply with all existing Federal, State, and local regulations. The contractor shall provide all personnel, labor, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services necessary to provide for the Microbiological and Nutritional Analysis Testing for the VISN 6 Commissary in accordance with the Performance Work Statement. POINTS OF CONTACT Contracting Specialist: Warren A. Pennil Network Contracting Office (NCO) 6 100 Emancipation Drive, Building 27 Hampton, Virginia 23667 (757) 728-7217 Fax (757) 728-7191 warren.pennil@va.gov Contract COR: Eric Samuelson (757) 722-9961 Ext 3206 eric.Samuelson2@va.gov END OF SOW This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s). Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) 52.212-3 Offerors Representations Certifications-Commercial Items (Jul 2016) 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: 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) (Incorporated by reference) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Jan 217) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months and 5 years. (End of Clause) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (Jul 2018) (End of Clause) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) (End of Clause) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov Jul 2018) (End of Clause) 52.252-2 Clauses Incorporated by Reference (Feb 1988) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 852.203-70 COMMERCIAL ADVERTISING MAY 2018 (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2019) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 9-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246) 52-.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C chapter 67) Employee Class Monetary Wage-Fringe Benefits 12130 Medical Lab Tech 22.63 (End of Clause) This is an open-market combined synopsis/solicitation for Bacterial and Nutritional Food as defined herein.��The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 1630 EST on January 9, 2020 to Contracting Officer Warren Pennil at warren.pennil@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). e-mailed all offers to the Contracting Officer. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to: POINTS OF CONTACT Contracting Specialist: Warren A. Pennil Network Contracting Office (NCO) 6 100 Emancipation Drive, Building 27 Hampton, Virginia 23667 (757) 728-7217 Fax (757) 728-7191 warren.pennil@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7be5ff59080a45fbb1a7a6538bae6b77/view)
 
Place of Performance
Address: Hampton Veterans Affairs Medical Center;100 Emancipation Drive;Hampton;VA 23667, USA
Zip Code: 23667
Country: USA
 
Record
SN05527058-F 20200108/200106230126 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.