Opportunity
SAM #36C26226Q0579
Fresh Bread Products IDIQ for Southern California VA Medical Centers
Buyer
VA 262 Network Contract Office 22
Posted
March 31, 2026
Respond By
April 07, 2026
Identifier
36C26226Q0579
NAICS
311812
This opportunity seeks suppliers for a multi-year contract to provide fresh bread products to VA Medical Centers in Southern California. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22 - Serving VA Medical Centers in Greater Los Angeles, Long Beach, San Diego, and Loma Linda - Products Requested: - Wide variety of fresh bread products, including: - Amish Bun, Plain Hamburger Bun 6PK (6,000 packs) - Brioche Buns 6PK (1,290 packs) - Cheese Dinner Roll 12ct (810 packs) - Ciabatta Roll, Par-Baked Box-96ct (145 boxes) - French Dinner Roll 12ct (5,500 packs) - Hot Dog Bun 12PK (2,050 packs) - Pretzel Dinner Roll 12ct (3,560 packs) - Additional types: Pain de Mie, Wheat and White Bread (various slices/loaf), Brioche Loaf, Brioche Slider, Country French Roll, French Roll, Garlic Dinner Roll, Lobster Roll, Malted Brown Dinner Roll, Onion Bun, Prairie Loaf (Whole Wheat), Roasted Garlic Dinner Roll, Rosemary Sage Dinner Roll, Sourdough Dinner Roll - Estimated annual quantities specified for each item - Notable Requirements: - Products must meet federal food, drug, and cosmetic standards, USDA guidelines, and commercial practices - Delivery required within 24 hours of baking, multiple times per week - Proper packaging and labeling required; alternate pack sizes may be offered - Compliance with all federal regulations for food safety - OEMs and Vendors: - No specific OEMs or vendors named; open to commercial bakeries meeting requirements - Period of Performance: - Base year plus four option years (total potential duration: five years) - Delivery Locations: - VA Greater Los Angeles Healthcare System, Los Angeles, CA - VA Long Beach Healthcare System, Long Beach, CA - VA San Diego Healthcare System, San Diego, CA - VA Loma Linda Healthcare System, Loma Linda, CA
Description
Request for Information (RFI) / Sources Sought Notice Note: This RFI/Sources Sought Notice is issued solely for information and planning purposes. This is not a solicitation. Submission of information about pricing, delivery, the market, and capabilities is highly encouraged and allowed under this RFI for planning purposes in accordance with (IAW) FAR 15.201(e).
Disclaimer This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Sources Sought / RFI Description This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 311812 (size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing various types of bread listed below.
Statement of Work
Objective The Department of Veterans Affairs requires Network Contracting Office (NCO) 22 to set up a base plus option four years single award Firm Fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for fresh bread types. The contractor shall provide fresh bread products listed on the schedule to the VA Greater Los Angeles, Long Beach, San Diego, and Loma Linda Healthcare Systems on an as-needed basis. Orders shall be placed by email, telephone, or in writing via fax, as mutually agreed upon between the facility point of contact (POC) and contractor at least two business days prior to the anticipated delivery date.
Participating VA Medical Centers VA Greater Los Angeles Healthcare System (691)11301 Wilshire Boulevard,Los Angeles, CA 90073-1003 VA Long Beach Healthcare System (600)5901 East 7th Street,Long Beach, CA 90822-5201 VA San Diego Healthcare System (664)3350 La Jolla Village Drive,San Diego, CA 92161-0001 VA Loma Linda Healthcare System (605)11201 Benton Street,Loma Linda, CA 92357-1000
Period of Performance Base: 5/1/2026 – 4/30/2027 Option Year 1: 5/1/2027 – 4/30/2028 Option Year 2: 5/1/2028 – 4/30/2029 Option Year 3: 5/1/2029 – 4/30/2030 Option Year 4: 5/1/2030 – 4/30/2031
Deliverables Quantities are estimated only for a one-year performance period and shall remain the same throughout the base plus option four years: Description Estimated Quantity Amish Bun, Plain Hamburger Bun 6PK6,000 Amish Pain de Mie, Sliced 3/4", 21 slices per loaf100 Bread, Wheat (Prairie), 1/2" sliced, 21 slices per loaf1,927 Bread, White (Amish), 1/2" sliced, 21 slices per loaf1,868 Bread, White (Amish), 1/2" sliced, 30 slices per loaf500 Bread, White (Amish), 3/4" sliced, 13 slices per loaf1 Brioche Buns 6PK1,290 Brioche Loaf, 3/4" sliced, 21 slices per loaf400 Brioche slider 12ct720 Cheese Dinner Roll 12 ct.810 Ciabatta Roll, Par-Baked Box-96ct145 Country French Roll, Par-Baked Box-96ct123 French Dinner Roll 12ct5,500 French Roll, Par-Baked Box-96ct133 Garlic Dinner Roll 12 ct.450 Hot Dog Bun 12PK2,050 Lobster Roll 30ct144 Malted Brown Dinner Roll 12 ct.450 Malted Brown Roll, Par-Baked Box-96ct83 Onion bun 6PK720 Prairie Loaf, Sliced (WW), 1/2" sliced, 21 slices1,400 Pretzel Dinner Roll (12ct)3,560 Roasted Garlic Dinner Roll, Par Baked Box-96 ct149 Rosemary Sage Dinner Roll 12ct360 Sourdough Dinner Roll 12 ct.450 Note: The quantities cited above are estimated for base and all option periods; quantities are not a contractual statement of precise quantities that the Government will order. The Government will only pay for quantities actually ordered and fulfilled. Contractors may offer alternate pack sizes; however, estimated quantities shall be adjusted accordingly.
Order Limitations Minimum Order Threshold per Delivery Order: $5,000.00 Maximum Order Threshold per Delivery Order: $350,000.00
Compliance with Federal Laws and Regulations All deliveries shall conform to the Federal Food, Drug, and Cosmetic Act (USC Title 21, Chapter 9) and related regulations. Requirements, testing, and grading shall comply with U.S. standards effective on the solicitation date. All products must be processed and packaged under sanitary conditions per FDA and USDA guidelines, using best commercial practices. Packaging must protect products from contamination. Contractors must obtain all necessary licenses and certificates (business license, food handler's certificate, seller's permit, certificate of occupancy). Contractors are responsible for safety and liability insurance as required by Federal law. The Government reserves the right to accept or reject contractor employees based on performance or conduct.
Product Requirements Enriched Flour: Must conform to U.S. Standards of Identity for Enriched Flour (1 CFR 137.165). Appearance and Color: Uniformly brown crust, typical volume, characteristic grain, evenly baked, free from foreign odors/flavors, and undamaged. Quality and Freshness: Bread (loaf, muffins, hamburger, hotdog rolls) delivered within 24 hours after baking. Brown and serve rolls delivered within 36 hours after production. Government may return poor quality products within 24 hours for full credit. Physical Hazards: Products must be clean, wholesome, and free from foreign materials. Freshness Dating: Production or expiration date must be clearly marked or color-coded on packaging or closures. Shelf Life: Bread must have a minimum of five (5) days shelf life after delivery.
Packaging, Packing, and Labeling Packaging must protect products during shipping and conform to commercial practices and carrier regulations. Labels must comply with the Federal Food, Drug, and Cosmetic Act. All items must have readable dates with instructions for deciphering date codes provided within five days of contract award.
Ordering Orders placed upon receipt of approved Delivery Order (DO) and Purchase Order (PO) signed by a warranted Contracting Officer (CO). Orders placed by POC or delegate via website, email, telephone, fax, or accepted business practices at least two (2) business days prior to delivery. Multiple orders per week expected; deliveries vary from one to five per week per station. Contractor will not substitute items or change quantities without prior approval. Notification required if products become unavailable, with possible substitutions offered.
Deliveries Deliveries made to listed areas; VA authorized personnel must sign for deliveries. Rejected products must be replaced same day by 1:00 pm unless otherwise specified. No deliveries on Sundays or National Legal Holidays. Delivery vehicles and goods subject to inspection for compliance and sanitation. Contractor responsible for equipment to off-load products and proper stacking (max 5 feet high). Inspection of contractor facilities may occur prior to award or during contract term.
Recall Notices Immediate notification to Contracting Officer and participating VA Medical Centers upon receiving FDA recall notices related to delivered items.
Physical Security and Facility Considerations Contractor employees and subcontractors must wear visible identification at all times on premises. Contractors must park in designated areas; no reimbursement for parking violations. Contractor personnel must check in/out and obtain badges at facility security office. Smoking prohibited inside buildings. Weapons prohibited; containers subject to search. Contractor responsible for providing all necessary equipment and tools.
Authorization Contractor shall contact Contracting Officer for all administrative matters. All subcontractors must be approved by the Contracting Officer; changes must be reported immediately.
Invoice and Payment No advanced payments authorized. Invoices must include contract number, purchase order, obligation number, order and shipment dates, and detailed service information. Payment may be delayed if invoices are incomplete.
Response Instructions The list of draft characteristics is descriptive, not restrictive. If your company is interested and capable of providing the required supplies/services, please provide the following information: Capabilities statement illustrating how your organization meets or does not meet the SOW requirements. Feedback or suggestions regarding the SOW requirements (or reply N/A). Size status and representations of your business (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business). Small business status under the NAICS code identified. Manufacturer, authorized distributor, or solution provider status. If large business, list authorized distributors with contact information and size status. If small business and authorized distributor/reseller, describe any alterations or modifications to items. Compliance with limitations on subcontracting (13 CFR § 125.6). Confirmation if items are Commercial Off The Shelf (COTS) as defined in FAR Part 2.101. Compliance with Non-Manufacturer Rule, if applicable. Conformance to Buy American Act requirements. Lead time for delivery of single unit and scale with quantity. Estimated lifespan of solution and support/services offered. FDA clearance status and specifics. Leasing solutions offered, if any. Federal Supply Schedule or other Federal Government contracts held, with contract numbers. Availability of items on Federal contracts. General pricing information for market research purposes. SAM.gov Unique Entity ID / Cage Code number.
Responses must be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, April 7, 2026, by 10AM Pacific Local Time.
All responses to this Sources Sought/RFI will be used for planning purposes only and are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of this RFI, all interested parties must respond separately in accordance with that announcement's specifications.