Washington, DC Bids > Bid Detail

8910--Dairy Products

Agency:
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159073224691067
Posted Date: Oct 5, 2023
Due Date: Oct 12, 2023
Source: https://sam.gov/opp/48a6372401...
Follow
8910--Dairy Products
Active
Contract Opportunity
Notice ID
36C24524Q0033
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 05, 2023 02:14 pm EDT
  • Original Response Date: Oct 12, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8910 - DAIRY FOODS AND EGGS
  • NAICS Code:
    • 311511 - Fluid Milk Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Washington DC VAMC Washington , DC 20422
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 6 of 6
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 6

SOURCES SOUGHT NOTICE
Dairy Products
Washington DC VA Medical Center

The Washington DC VA Medical Center is conducting this Sources Sought to identify vendors who possess capabilities to provide the services described in the Statement of Work below.

As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.

Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.

This service will be implemented using the North American Industry Classification System (NAICS) Code 311511.

This is a 100% small business set aside.

NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to Jessica.thomas2@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than October 12, 2023, at 1:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.



STATEMENT OF WORK

1. OBJECTIVE

The contractor shall provide milk and dairy products to the Washington, DC Veterans Affairs Medical Center, Main Kitchen, Room 1c-102 located at 50 Irving Street, NW, Washington, DC 20422.

2 SCOPE

Scope of Work
A. General: The scope of this requirement involves providing milk and dairy products, which conform to the specifications outlined in United States Department of Agriculture and the Food and Drug Administration regulations.

B. Quantities: The quantities listed in the attached Pricing List represent the estimated quantities that will be ordered over the base period. The actual quantity ordered weekly may vary from this estimate but shall not exceed the total estimated quantity for the base without the prior written approval of the Contracting Officer.

C. Period of Performance: The period of performance for the provision of milk and dairy products shall be a base period from December 1, 2023 through November 30, 2024, with option to renew for four consecutive years.

QUANTITY U of M DESCRIPTION
52 Ea. Milk - Whole, Gallon
364 Ea. Milk - 2%, Gallon
9,100 Ea. Milk - Whole, 8 oz. single serving
83,270 Ea. Milk - 1%, 8 oz. single serving
18,200 Ea. Milk - Skim, 8 oz. single serving
1,456 Ea. Milk - Skim, Chocolate, 8 oz. single serving
1,820 Ea. Milk - Skim, Lactose Free, 8 oz. single serving

SAFETY REQUIREMENTS: In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The contracting officer will notify the contractor of any non-compliance with the foregoing provisions and the action to be taken. The contractor shall after receipt of such notice immediately correct the conditions to which attention has been directed.

IDENTIFICATION PARKING, SMOKING, CONDUCT, AND VA REGULATIONS: The Contractor's employees shall abide by all VAMC station policies and regulations. Contractor employees are subject to the rules of the Medical Center, applicable to their conduct, security, safety, etc. The Contractor's employees shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VAMC Police/Security Service. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Tobacco use is prohibited in all areas of Martinsburg VAMC campus. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search.

Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.

Note: Contractor shall be aware that resource requirements may fluctuate throughout the life of this contract and therefore the contractor shall be prepared to adjust resources based on VA program requirements.

3. VA Information and Information Security
Tier 1: Low Risk/Non-Sensitive Investigations conducted to this standard are for positions designated at low risk, non-sensitive, and for physical and/or logical assess, pursuant May 2, 2016 VA Handbook 07109 to Federal Information Processing Standards 201 and Homeland Security Presidential Directive-12, using Standard Form-85. This investigation is similar to the National Agency Check with Inquiries (NACI)

Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 05, 2023 02:14 pm EDTSources Sought (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 >