89--Dayton NFS Milk
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25020Q0108 Posted Date: 11/13/2019 Original Response Date:... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25020Q0108 Posted Date: 11/13/2019 Original Response Date: 11/21/2019 Current Response Date: 11/21/2019 Product or Service Code: 8960, Beverages, Nonalcoholic Set Aside: Total Small Business Set Aside NAICS Code: 311511, Fluid Milk Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 311511, Fluid Milk Manufacturing with a small business size standard of 1000 employees. This is a 100% Small Business (SB) set-aside procurement. All interested companies shall provide quotes for the following: Requirement ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 288.00 GL Chocolate 1% Milk 5 Gallon 0002 384.00 GL 2% Milk Gallon 0003 96.00 GL 2% Milk 1 Gallon 0004 25,200.00 PT Chocolate 1% Milk 1/2 Pint 0005 15,600.00 PT 2% Milk 1/2 Pint 0006 28,800.00 PT Vitamin D Milk 1/2 Pint 0007 64,800.00 PT 1% Milk 1/2 Pint 0008 7,920.00 PT Skim Milk 1/2 Pint 0009 48.00 GL Orange Fruit Drink 1 Gallon 0010 48.00 GL Fruit Drink 1 Gallon The items listed above will be a base year with two (2) option years IDIQ contract. The milk shall be delivered three times per week, Monday, Wednesday, and Friday s in equal amounts. All deliveries will be during the regular workweek between the hours of 6:30am to 3:00pm local time, Monday through Friday excluding all federal holidays. Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Delivery shall be to the Dayton VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH, 45428-9000. Award shall be made to the contractor whose quote is the most advantageous to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria in no particular order: technical capability factor meeting or exceeding the requirement, past performance, and price. FAR 52.212-1, Instructions to Offerors--Commercial Items (Oct 2018), applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation Commercial Items (Oct 2014) as amended. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Priced Technically Acceptable offer. Evaluations will be conducted under FAR Part 13.106-1(e) and any subsequent award will be made to the offeror that provides the Lowest Price Technically Acceptable to the Government. (b) Options. 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. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2019), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-3, Evaluation Exclusive of Options FAR 52.217-4, Evaluations of Options Exercised at Time of Contract Award FAR 52.217-5, Evaluation of Options FAR 52.217-6, Option for Increased Quantity FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-41, Service Contract Act Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Rejected Goods The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. 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: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. Quotes shall be sent by e-mail only to john.tschirhart@va.gov no later than 4:00 pm ET, November 20, 2019. Telephone inquiries will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, John Tschirhart, john.tschirhart@va.gov Point of Contact John Tschirhart Contract Specialist Network Contract Office (NCO) 10 Office: 937-267-3952 Email: john.tschirhart@va.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »