Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Description This is a combined
synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures
for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the
only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. This solicitation is a full and open competition. No set-aside restrictions. The associated North
American Industrial Classification System (NAICS) code for this procurement 311511, Fluid Milk Manufacturing with a small business size standard of 1150 employees. The FSC/PSC is 8960.
The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 5500 Armstrong Rd, Battle Creek MI 49037 is seeking to purchase Dairy
products. All interested companies shall provide quotations for the following brand name or equal products: Supplies/Services Product Number Product Description Brand Pack Estimated
Quantity 452767 MILK, WHOLE VITAMIN D SS GABLE TOP CARTON REF COUNTRY FRESH 40/.5 PT 49 7808469 MILK, SKIM VITAMIN A & D SS GABLE TOP CARTON REF FAT-FREE COUNTRY FRESH 40/.5 PT 41
3455432 MILK, 2% REDUCED FAT VITAMIN A & D SS GABLE TOP CARTON REF COUNTRY FRESH 40/.5 PT 23 306720 YOGURT, ASSORTED BLENDED RBST FREE SS CUP REF PEACH & RASPBERRY YOPLAIT 48/4 OZ
0 6477921 JUICE, APPLE 100% SS CUP REF ARDMORE FARMS 96/4 OZ 20 1477926 JUICE, ORANGE 100% SS CUP REF ARDMORE FARMS 96/4 OZ 15 3550342 ICE CREAM CUP, VANILLA FROZEN PLASTIC GLENVIEW FARMS
48/4 OZ 0 1685882 CHEESE, COTTAGE SMALL CURD 1% MILK FAT TUB REF GLENVIEW FARMS 4/5 LB 24 9118234 ICE CREAM CUP, CHOCOLATE FROZEN PLASTIC GLENVIEW FARMS 48/4 OZ 0 335265 YOGURT, ASSORTED
STRAWBERRY & STRAWBERRY BANANA BLENDED LIGHT FAT-FREE SS C YOPLAIT 48/4 OZ 0 2632107 MILK SUB, ALMOND VANILLA ASEPTIC CARTON SHELF STABLE SILK 18/8 OZ 0 1477934 JUICE, GRAPE 100% SS
CUP REF ARDMORE FARMS 96/4 OZ 0 762096 MILK, 2% REDUCED FAT PASTEURIZED RBST FREE VITAMIN A & D GABLE TOP CARTON R GLENVIEW FARMS 50/.5 PT 5 2650452 MILK, WHOLE CARTON GABLE TOP REF
HOMOGENIZED BORDEN DAIRY OH 50/.5 PT 5 3704202 MILK SUB, SOY VANILLA ASEPTIC SHELF STABLE PRISMA VERY SILK 18/.5 PT 0 2758884 MILK, WHOLE UHT VITAMIN D GRADE A SS ASEPTIC CARTON SHELF
STABLE HOMOGENIZE BORDEN UHT 27/.5 PT 0 1146125 ITALIAN ICE, LEMON FLAVOR DESSERT FROZEN TUBE SQUEEZE LUIGIS REAL ITALIAN ICE 24/4 OZ 0 9779166 SOUR CREAM, CULTURED FAT-FREE SS PACKET REF
LAND OLAKES 100/1 OZ 0 2900892 MILK, SKIM CARTON REF FAT-FREE DAIRYMENS 50/.5 PT 3 6855627 MILK, SKIM VITAMIN A & D PLASTIC JUG REF FAT-FREE DAIRY PURE / CREAMLAND 4/1 GA 3 2792426
SHERBET, RASPBERRY CUP BLUE RIBBON CLASSICS 48/4 OZ 0 2881075 SHERBET, ORANGE CUP BLUE BUNNY 48/4 OZ 0 5146121 ITALIAN ICE, CHERRY DESSERT SQUEEZE UP TUBE LUIGIS REAL ITALIAN ICE 24/4 OZ
0 3645741 POPSICLE, ASSORTED ORANGE CHERRY GRAPE SUGAR-FREE IW POPSICLE 6/18/1.65 OZ 0 10942 CHEESE, CREAM PLAIN SPREAD LIGHT SS PLASTIC CUP REF PHILADELPHIA 100/.75 OZ 0 4863590 ICE
CREAM, STRAWBERRY FROZEN CUP GLENVIEW FARMS 48/4 OZ 0 1611819 MILK, 1% LOW FAT UHT LACTOSE FREE ASEPTIC CARTON SHELF STABLE DAIRY PURE / DIVERSIFIED FOODS 27/8 OZ 2 6590079 ICE CREAM BAR,
STRAWBERRY SHORTCAKE IW GOOD HUMOR 24/4 OZ 0 7722565 YOGURT, ASSORTED STRAWBERRY BLUEBERRY & PEACH BLENDED LOW FAT SS CUP REF DANNON LIGHT & FIT 24/5.3 OZ 0 1832828 YOGURT,
ASSORTED STRAWBERRY & VANILLA BLENDED SS CUP TWIN PACK REF DANNON 48/4 OZ 0 6777770 ICE CREAM CUP, CHOCOLATE BROWNIE BOMB LOADD BLUE BUNNY 12/8.5 OZ 0 2302125 ICE CREAM BAR, VANILLA
W/ ORANGE SHERBET BLUE RIBBON CLASSICS 2/24/3 OZ 0 9333675 YOGURT, ASSORTED STRAWBERRY & PEACH BLENDED LIGHT FAT-FREE SS CUP REF DANNON LIGHT & FIT 6/4/4 OZ 0 8480154 SOUR CREAM,
CULTURED ALL NATURAL SS PACKET REF DAISY BRAND 100/1 OZ 0 7868792 YOGURT, STRAWBERRY BLENDED FAT-FREE SS CUP REF DANNON LIGHT & FIT 12/5.3 OZ 0 6601025 ICE CREAM SANDWICH, COOKIES
& CREAM TFF OREO KLONDIKE 24/4.5 OZ 0 412981 MILK, 1% LOW FAT CARTON REF PRAIRIE FARMS 50/.5 PT 1 6590137 ICE CREAM BAR, CHOCOLATE ECLAIR IW GOOD HUMOR 24/4 OZ 0 8340861 CHEESE, CREAM
LOAF PLASTIC WRAPPED REF GLENVIEW FARMS 10/3 LB 0 7635261 SOUR CREAM, CULTURED HEAVY TUB REF GLENVIEW FARMS 4/5 LB 1 Grand Total     Statement of Work for the REQUIREMENT of
NUTRITION AND FOOD SERVICE at the Ann Arbor VA Medical Center B.2 STATEMENT OF WORK (SOW) The LTC Charles S. Kettles Veterans Affairs Medical Center Nutrition and Food Service has a
requirement for various dairy products to include: MILK, WHOLE VITAMIN D SS GABLE TOP CARTON REF MILK, SKIM VITAMIN A & D SS GABLE TOP CARTON REF FAT-FREE MILK, 2% REDUCED FAT VITAMIN
A & D SS GABLE TOP CARTON REF YOGURT, ASSORTED BLENDED RBST FREE SS CUP REF PEACH & RASPBERRY JUICE, APPLE 100% SS CUP REF JUICE, ORANGE 100% SS CUP REF ICE CREAM CUP, VANILLA
FROZEN PLASTIC CHEESE, COTTAGE SMALL CURD 1% MILK FAT TUB REF ICE CREAM CUP, CHOCOLATE FROZEN PLASTIC YOGURT, ASSORTED STRAWBERRY & STRAWBERRY BANANA BLENDED LIGHT FAT-FREE SS C MILK
SUB, ALMOND VANILLA ASEPTIC CARTON SHELF STABLE JUICE, GRAPE 100% SS CUP REF MILK, 2% REDUCED FAT PASTEURIZED RBST FREE VITAMIN A & D GABLE TOP CARTON R MILK, WHOLE CARTON GABLE TOP
REF HOMOGENIZED MILK SUB, SOY VANILLA ASEPTIC SHELF STABLE PRISMA VERY MILK, WHOLE UHT VITAMIN D GRADE A SS ASEPTIC CARTON SHELF STABLE HOMOGENIZE ITALIAN ICE, LEMON FLAVOR DESSERT FROZEN
TUBE SQUEEZE SOUR CREAM, CULTURED FAT-FREE SS PACKET REF MILK, SKIM CARTON REF FAT-FREE MILK, SKIM VITAMIN A & D PLASTIC JUG REF FAT-FREE SHERBET, RASPBERRY CUP SHERBET, ORANGE CUP
ITALIAN ICE, CHERRY DESSERT SQUEEZE UP TUBE POPSICLE, ASSORTED ORANGE CHERRY GRAPE SUGAR-FREE IW CHEESE, CREAM PLAIN SPREAD LIGHT SS PLASTIC CUP REF ICE CREAM, STRAWBERRY FROZEN CUP MILK,
1% LOW FAT UHT LACTOSE FREE ASEPTIC CARTON SHELF STABLE ICE CREAM BAR, STRAWBERRY SHORTCAKE IW YOGURT, ASSORTED STRAWBERRY BLUEBERRY & PEACH BLENDED LOW FAT SS CUP REF YOGURT,
ASSORTED STRAWBERRY & VANILLA BLENDED SS CUP TWIN PACK REF ICE CREAM CUP, CHOCOLATE BROWNIE BOMB LOADD ICE CREAM BAR, VANILLA W/ ORANGE SHERBET YOGURT, ASSORTED STRAWBERRY & PEACH
BLENDED LIGHT FAT-FREE SS CUP REF SOUR CREAM, CULTURED ALL NATURAL SS PACKET REF YOGURT, STRAWBERRY BLENDED FAT-FREE SS CUP REF ICE CREAM SANDWICH, COOKIES & CREAM TFF OREO MILK, 1%
LOW FAT CARTON REF ICE CREAM BAR, CHOCOLATE ECLAIR IW CHEESE, CREAM LOAF PLASTIC WRAPPED REF SOUR CREAM, CULTURED HEAVY TUB REF All products must be in disposable packaging. Glass
recycling cannot be accommodated. Description of Agreement This agreement shall govern the terms and conditions and prices under which the contractor shall furnish, and the Federal
Government shall order dairy products for the LTC Charles S. Kettles VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105 Extent of Obligation The Federal Government is obligated only
to the extent of authorized calls placed against this agreement. Delivery Instructions. All deliveries shall be made to: LTC Charles S. Kettles VA Medical Center, 2215 Fuller Road, Ann
Arbor, MI 48105. The type of delivery order will be specified when the order is placed, and the Contractor shall deliver within the timelines stated below: Routine: All routine orders
shall be delivered within 24 (twenty-four) hours according to the delivery location in the above SOW, during normal business hours. Routine deliveries are not required on the weekends or
federal holidays. Routine stock delivery orders will be placed by phone during normal business hours, 6:30am to 3:00 p.m. local time, Monday through Friday excluding all federal holidays.
HOURS OF SERVICE The Contractor shall be available, 24 hours per day, 365 days per year including Federal holidays. The following terms have the following meanings: Regular Delivery
Schedule: Monday through Friday, 6:30 am to 3:00 pm Federal Holidays: The 10 holidays observed by the Federal Government are: New Year s Day Dr. Martin Luther King JR Birthday President s
Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day The President of the United States of America may declare additional days as a Federal
holiday, and if so, this holiday will automatically be added to the list above. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as
a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies. The Department of Veterans Affairs Financial Services
Center (VAFSC) is the Designated Agency Office for all payments of invoice as defined in the Prompt Payment Act (PPA). Invoices shall be submitted directly to one of the following
addresses for payment: Regular Mail Federal Express Address Dept. of Veterans Affairs Financial Services Center Financial Services Center 1615 Woodward Street PO Box 149971 Austin, TX
78772 Austin, TX 78714-9971 The purchase order/contract period of performance is November 15, 2024 through November 14, 2025. Place of Performance/Place of Delivery Address: 2215 Fuller
Rd Ann Arbor, MI Postal Code: 48105 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The
following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) FAR 52.212-3, Offerors
Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 Products and Commercial
Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and
Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and
Commercial Services (MAY 2024) FAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) FAR 852.242-71 Administrative Contracting Officer (OCT 2020) The following subparagraphs
of FAR 52.212-5 are applicable: FAR 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). FAR 52.204 27,
Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328). FAR 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(DEC 2023) (Pub. L. 115 390, title II). FAR 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021)
(31 U.S.C. 6101 note). FAR 52.219 4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so
indicate in its offer) (15 U.S.C. 657a). FAR 52.219 28, Post-Award Small Business Program Representation (FEB 2024) (15 U.S.C. 632(a)(2)). FAR 52.222 19, Child Labor Cooperation with
Authorities and Remedies (FEB 2024) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). FAR 52.222 36,
Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR
52.223-23, Sustainable Products and Services (MAY 2024) (E.O. 14057, 7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671I). FAR 52.225-1, Buy American Supplies (OCT 2022)
(41 U.S.C. chapter 83). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury). FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513) FAR 52.229 12, Tax on Certain Foreign Procurements
(FEB 2021). FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332). 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 Award will be based upon a comparative evaluation of quotes
in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting
Officer decision for the quote most favorable to the Government. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of
FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the
Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL
PRODUCTS AND COMMERCIAL SERVICES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: Contracting Officer shall notify potential quoters of
the basis on which award will be made (price alone or price and other factors, e.g., past performance and quality). Solicitations are not required to state the relative importance
assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2)
price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and
the complexity of that supply and/or service. (1) Technical or Quality (2) Delivery (3) Past Performance (4) Price (5) Veterans Involvement {Pursuant to VAAR 813.003-70 (c) (2), to the
extent that market research does not support an SDVOSB or VOSB set-aside, the Contracting Officer shall include evaluation factors prescribed at VAAR 815.304} (c) Evaluation Approach. The
Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides
the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed
minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the
solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The
information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and
should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service. (1) Technical or Quality: The quotation will be evaluated to the
extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of
the solicitation. (2) Delivery: detailed delivery plan must be submitted to ensure delivery within 24 hours specified. (3) Past Performance: The past performance evaluation will assess
the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past
performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance
questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (4) Veterans Involvement: In accordance with
Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will
assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be
registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award ( https://www.vip.vetbiz.va.gov/) and must meet federal small
business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as
subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract
and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered
and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time
of both quotation submission and at time of award. (5) Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that
sum. 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), if any. 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. Submission of your response shall be received not later than 4:00PM EDT, Tuesday,
October 29, 2024 at brooke.hansen@va.gov. 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 Point of Contact listed below. Point of Contact Brooke Hansen Contract Specialist
Network Contract Office (NCO) 10 Email: brooke.hansen@va.gov