The RFP Database
New business relationships start here

Bread Products


Iowa, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 1 of 5

Solicitation Number: 36C26319Q0069


1a. DESCRIPTION OF SOLICITATION

In accordance with FAR Part 13 this a combined Request for Information (RFI) 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 is not a Request for Quotes (RFQ). No RFQ exists at this time. All clauses below are for informational purposes to potential vendors only, as they will be included in the RFQ and contract.

This Solicitation issued for the purpose of: Request for Information (RFI) for the following Commercial Items: Bread Products

Respond by: Please see INSTRUCTIONS TO OFFERORS below.

Small Business Set-Aside:
This solicitation is unrestricted and not a set-aside for Small Business. Companies of all sizes are welcome to submit a quote.

Brand-Name Only solicitation:
This is NOT a Brand-Name or Equal (BNOE) solicitation.

NAICS code/Size Standard/PSC or FSC:
NAICS code (North American Industrial Classification System): 311812
Size Standard for this NAICS code: 1000 employees
PSC/FSC (Product Service Code/Federal Supply Code): 8920

Type of Contract/Award: TBD

Delivery: FOB Destination, 30 Calendar Days or Less ARO. See Delivery below.

Contract Period: Period of Performance: Starting approximately January 8, 2019 for a base period of 9 months with four (4) option years. Option years will be from October 1 through September 30 of 2019-2020, 2020-2021, 2021-2022 and 2022-2023.

Method of Payment:
Payment will be made electronically to:
Department of Veterans Affairs FMS-VA-2(101), Financial Services Center, PO Box 149971, Austin
TX 78714-9971 through the Tungsten Network Client Services. For help call: 1-866-340-4980, E-mail: va.registration@tungsten-network.com.

Provisions and Clauses:
All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: https://www.acquisition.gov/browsefar -or- https://www.va.gov/oal/library/vaar/



1b. DESCRIPTION OF SUPPLIES/SERVICES being solicited:

Bread Products

Line
Model
Item Name
Item Description
Qty
(per year)
0001

White Bread
Fresh, enriched white sandwich bread, regular sliced, Seedless. 24 Oz Package

1500
0002

Wheat Bread
Fresh, enriched wheat sandwich bread, regular sliced, Seedless. 20 Oz Package

1860
0003

Sandwich Rolls
(Hamburger Buns)
Fresh enriched, white sandwich rolls (hamburger buns), sliced, 21 Oz per Package, 12 Rolls per package, pan-baked, seedless

1100
0004

Finger Rolls
(Hotdog Buns)
Fresh, enriched, white, finger (hotdog buns), sliced, 25 Oz per package, 16 Rolls per package, pan-baked, seedless

150
0005

Pan Rolls
(Dinner Rolls)
Fresh, enriched, white, pan (dinner) rolls, pan-baked, 1.25-1.75 Oz per roll, 12 rolls per package, 17 Oz package, seedless
480
0006

Raisin-Cinnamon Bread
Fresh, enriched, white, raisin-cinnamon (raisin) bread, sliced, 15-20 Oz per package
360






1.c MANUALS, CARE/CLEANING INSTRUCTIONS:
N/A

1.d DELIVERY Needed:
Delivery Terms: Twice per week with orders called-in by facility food service.

Deliver to: Department of Veteran Affairs
VA Medical Center, Warehouse
3600 30th Street
Des Moines, IA 50310


2. INSTRUCTIONS TO OFFERORS

The Provision FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition.

Addendum to 52.212-1 Instructions to Offerors Commercial Items:

Respond by:
Offerors are to email complete offers to andrew.hinton3@va.gov
Offers must be received no later than 2:00pm CST Friday, December 28, 2018.
Please include in the subject line: Solicitation 36C26319Q0069, Bread Products

(End of Provision 52.212-1)

3. EVALUATION OF OFFERS

The Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision:

LPTA The basis for award will be Lowest Price Technically Acceptable - evaluated on technical capability of the item offered to meet the Government requirement. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes.

Past performance IAW 9.104-3(b). The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b).

(End of Provision 52.212-2)

4. OFFEROR REPRESENTATION AND CERTIFICATIONS

The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if indicated as instructed by the language of the provision.

(End of Provision 52.212-3)


5. TERMS & CONDITIONS

The Clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017), applies to this acquisition.

Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017):

52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70B Commercial advertising (Jan 2008)
852.232-72B Electronic submission of payment requests (NOV 2012).

Addendum to FAR 52.214-4 Contract Terms and Conditions Commercial Items (Jan 2017) continued:
Original Equipment/No Gray Market Goods

(a) This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactured, used, expired, outdated (old edition or old model) or gray market items will be acceptable. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors.

(b) Offeror shall be a distributor that is authorized directly by the manufacturer (OEM) of the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter from the manufacturer. The OEM s warranty and service shall be provided and maintained by the OEM and pass through to the VA. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions and shall pass through to the VA.

(c) The delivery of remanufactured, used, expired, outdated (old edition or old model) or gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

(End of addendum to 52.212-4)
(Endo of Clause 52.212-4)

52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
(End of Clause)
52.217-7 OPTION FOR INCREASED QUANTITY SEPARATELY PRICED LINE ITEM (MAR 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
(End of Clause)

VAAR 852.270-2 BREAD AND BAKERY PRODUCTS--QUANTITIES (JAN 2008)
The bidder agrees to furnish up to 25 percent more or 25 percent less than the quantities awarded when ordered by the Department of Veterans Affairs.
(End of Clause)

6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS

The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference:
52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126).
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).
52.222-50, Combating Trafficking in Persons (MAR 2015) (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 (Jul 2013)
(31 U.S.C. 3332).
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

(End Clause 52.212-5)
** end solicitation**

Andrew L. Hinton
andrew.hinton3@va.gov

andrew.hinton3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP