Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
DOCUMENT

68 -- MEDICAL GRADE LIQUID BULK OXYGEN FOR ALL VISN 4 FACILITIES - Attachment

Notice Date
9/14/2011
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Office (90C-H);VA Pittsburgh Healthcare System;1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24411RQ0089
 
Response Due
9/28/2011
 
Archive Date
11/12/2011
 
Point of Contact
Bridget Kornish
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is VA-244-RQ-0089. The government anticipates awarding a multiple award firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100 % set aside for small business concerns. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. 1. General 1.1 The purpose of this solicitation is to establish a committed source of supply of medical-grade liquid bulk oxygen for the facilities included in this Statement of Work. If the Government facility does not own its own bulk oxygen tank, the contractor shall also provide a contractor-owned tank with an appropriate back-up system approved by the COTR. (I.e. reserve tank or cylinder bank). Specifications for each facility are listed in the Facility Requirements Schedule of Supplies section of this Statement of Work. This requirement will be set-aside for Small Business concern under NAICS code 325120 in accordance with FAR 19.001 (Non-Manufacturing Rule) and will be evaluated based on Lowest Price Technically Acceptable. 1.2 The quantities shown in the Schedule of Supplies and Services are estimates of each facility's annual requirements. There is no express or implied guarantee that these quantities will be purchased. The base contract period for all contracts awarded under this solicitation will be October 15, 2011 or date of award, whichever is earlier, and will end on September 30, 2012. Please note that if this contract includes the installation of contractor-owned equipment it will include a 90 day transition period at the beginning and end of the contract period. (See page 7, paragraph 5.1). Any contract awarded under this solicitation will include four (4) one-year option periods which may be exercised by the Government. 1.3 Contractor will be provided with names and contact information of primary and back-up Contracting Officer Technical Representative (COTR) upon award of this solicitation for each ordering facility. This applies to all deliveries regardless of time or day of execution. Tanks(s) will be filled to maximum functional capacity at each refilling procedure unless otherwise specified in the facility requirements or as agreed upon in a written document signed and dated by the COTR. At the time of each delivery, contractor must provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and the quantity delivered. This document must be counter-signed by the facility representative supervising the delivery. The COTR is responsible for local contract administration issues such as ordering and providing specific delivery instructions. A letter of delegation that outlines the COTR's specific responsibilities will be provided to the contractor and COTR at the time of contract award. Within 15 days after notification of contract award, the contractor shall meet with the COTR to ensure mutual understanding of facility requirements relating to the ordering method and specific details of any delivery instructions that are included in the solicitation Schedule of Supplies and Services. The facility COTR shall forward a written copy of the mutual agreement signed by both parties to the Contracting Officer for incorporation into the contract by written modification within 30 days after contract award. If agreement cannot be reached between the contractor and COTR regarding any issue that the COTR has delegation from the CO to administer, then the matter shall be referred to the Contracting Officer for resolution. 1.4 Prior to first filling, contractor must perform in-service training to all VA staff at each site and will include the following facets for contractor owned and government owned Medical Grade Bulk O2 systems: the refill procedure, any preventive maintenance support requirements that may be needed from the medical center systems, and an explanation of all the volume alarm and low pressure set-points. The contractor will provide written procedures and training for VA staff for protocols to accomplish emergency shutdowns or other sudden, unplanned termination of the refilling process. Contractor will provide 24/7 emergency contact name(s) and telephone number(s). 1.5 The Contractor prior to first filling, and annually thereafter, must conduct alarm set-point testing and written verification must be presented through the use of a qualified third party expert per NFPA 99, 2005 Edition for contractor owned and government owned systems. Any Code deficiencies in the Medical Center's existing system, as defined by NFPA 55, Chapter 9 "Bulk Oxygen System", must be identified by the contractor. A detailed explanation of these deficiencies must be presented in writing to the COTR. Receipt of this written explanation must be signed for by the COTR. 1.6 Prior to first filling, and annually thereafter, the contractor must verify, in writing, the accuracy of all gauges on contractor owned tanks. If the gauge(s) are government owned, contractor will provide, if requested after award, a written quote with price to verify accuracy of the gauge(s). The Government may choose to exercise this option at its discretion. 2. Acronyms 2.1 This section lists acronyms that are used in this Statement of Work and other parts of the solicitation. ARO - After Receipt of Order CCF - 100 cubic feet CF - Cubic feet CGA - Compressed Gas Association CGMP - Current Good Manufacturing Practices CO - Contractor owned COTR - Contracting Officer Technical Representative DOT - Department of Transportation FDA - U.S. Food & Drug Administration GO - Government owned NFPA - National Fire Protection Association OSHA - U.S. Department of Labor, Occupational Safety and Health Administration RST - Reserve Tank USP - United States Pharmacopeia VA - Department of Veterans Affairs 3. Government-Furnished Property 3.1 The solicitation Schedule of Supplies and Services will identify the bulk oxygen storage tank(s) at each facility as being either GO (Government Owned) or CO (Contractor Owned). Government owned bulk oxygen storage tanks and appurtenances will be maintained by and at the expense of the Government in a manner that will insure compliance with applicable regulations, standards and normal good practices. 3.2 Each Government facility that requires installation of contractor owned equipment shall provide a suitable location and foundation for the installation of the contractor owned bulk oxygen tank(s)in accordance with NFPA Standard 55 2010 Edition Chapter 9. Additionally, each facility shall provide access to an electrical power source and hook-up to a facility-maintained alarm system. The contractor shall perform the hook-up of contractor owned equipment to the facility-maintained alarm system. The Contractor shall be liable for, and shall indemnify an hold harmless the Government against, all actions or claims for loss of or damage to property or the injury or death of person's, resulting from the fault, negligence, or wrongful act or omission of the Contractor, its agents, or employees. 4. Contractor-Furnished Equipment 4.1 For those facilities listed in the Schedule of Supplies and Services as having contractor owned tanks, the contractor shall provide, install and maintain bulk oxygen tank(s) with appropriate back-up system(s) with approval from the COTR. Through the duration of the contract, the contractor shall be liable for the integrity, suitability, and safety of contractor owned tank(s) that will insure compliance with applicable regulations, standards and normal good practices. The tank capacity and reserve system shown in the Schedule of Supplies and Services are minimum capacities required by the using facilities. Manifold, cylinders for the reserve supply, liquid converter, alarm switch, regulator, valves, level indicator, and any other devices or connections required for proper tie-ins with the facility's gas system shall be furnished by the contractor, without cost to the Government. The manifold or liquid converter shall deliver gas at a pressure and rate of flow adequate to supply the system. Each liquid oxygen storage container shall have an outlet that allows access for testing the purity of the oxygen. 4.2 All equipment and materials required to perform on the contract (other than what is specifically listed in section 3, Government-Furnished Property) shall be provided by the contractor. Contractor owned equipment shall be installed, inspected and maintained by the contractor at the Contractor's expense (i.e., all installation, inspection and maintenance costs shall be included in the contract's monthly equipment rental fee for the applicable facility.) Contractor owned equipment shall be kept in good operating condition and appearance, in accordance with applicable regulations, standards and normal good practices. The contractor shall be provided by each requiring facility reasonable access to the bulk oxygen systems for this purpose. 5. Installation of Contractor-Owned Equipment 5.1 Unless otherwise directed by the using facility, contractor owned equipment shall be installed by the effective date of the contract and shall be connected to the medical gas system on that date; provided: that the contractor shall be allowed a maximum of ninety days after receipt of notice of award to complete installation. If the contractor's equipment replaces equipment already in use, the exchange of equipment shall be accomplished without interruption of gas supply to the using facility. Contractor installed equipment shall remain the property of the contractor and shall be removed upon termination of the contract, when directed by the ordering facility and in full cooperation with the succeeding contractor so as to avoid interruption of gas supply. 5.2 To permit orderly transition from one contractor to another, the contractor shall continue to honor the contract's monthly equipment rental fee and bulk oxygen contract price for a maximum of ninety days beyond the scheduled expiration of the contract period, unless transition from one contractor to another is completed prior to the ninety day transition period. For any partial month, the contractor shall prorate the monthly equipment rental fee accordingly. The contractor shall continue to provide and maintain its equipment during this transition period. 5.3 No guarantee is given or implied that data included in the Schedule of Supplies and Services regarding contractor owned equipment currently located at the facilities is complete and accurate as to the factors affecting the cost of furnishing and installing the required contractor owned tanks and appurtenances. Offerors are strongly encouraged to visit the facility sites prior to submitting a quote and take other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from the responsibility of estimating properly the difficulty and cost of successfully performing the work. Site visits may be arranged by contacting the COTR designated in the solicitation Schedule of Supplies and Services. 5.4 All contractor owned equipment shall be installed in accordance with NFPA 55: Standard for Bulk Oxygen Systems at Consumer Sites, 2010, NFPA 99 Standard for Health Care Facilities, 2005 Edition, and FDA's Current Good Manufacturing Practices (CGMP) Regulations. The contractor shall comply with all OSHA standards and applicable safety requirements, including proper signage and use of personal protective equipment. 6. Delivery of Medical Liquid Bulk Oxygen 6.1 Bulk oxygen is ordered by and delivered to the individual ordering facilities. The list of facilities and information regarding their unique delivery requirements is included in the solicitation Schedule of Supplies and Services. Facilities are listed alphabetically by state. 6.2 The contractor shall deliver medical-grade liquid oxygen within the time-frame specified in the Schedule of Supplies and Services for each facility. The time-frame identified is the number of calendar days after the Government places the order. If the time frame for contractor delivery is not identified in the facility requirements, the contractor must provide 24-hour notice prior to delivery or upon mutual agreement between the facility and contractor, alternate ordering/delivery methods such as pre-scheduled deliveries, calling for tank level readings, installing a telemetry unit, etc. may be arranged. If for any reason the contractor is unable to deliver at the agreed upon day or time, the contractor will provide 24-hour notice to the COTR, so that the facility can initiate an alternate backup action. In accordance with VHA Patient Safety Alert dated April 5, 2004, all deliveries must be monitored by a qualified and trained technical representative that will be designated by each facility. Contractor will be provided with names and contact information of primary and back-up facility COTR's immediately after award of this contract. This applies to all deliveries regardless of time or day of execution. 6.3 Tanks(s) will be filled to maximum functional capacity at each refilling procedure unless otherwise specified in the facility requirements or as agreed upon in a written document signed and dated by the COTR. 6.4 At the time of each delivery, contractor must provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and the quantity delivered. This document must be counter-signed by the facility representative supervising the delivery. 6.5 Emergency delivery will be provided within 24 hours after receipt of Government notification. Contractor must respond to the facility by either telephone or email within one hour to confirm receipt of emergency notification to ascertain the nature of the emergency. Emergency status is determined by the Government when conditions warrant, such as an actuated main bulk tank low level alarm, imminent alarm condition, or system leak. Failure of the contractor to remain current with agreed delivery schedule and requirements does not constitute an "emergency" for purposes of charging an emergency delivery fee. 7. Quality Assurance Specifications and Requirements 7.1 All medical gas manufacturers and fillers of medical gases must be registered with FDA as drug manufacturers. All oxygen shall be manufactured, processed, packed, transported, and stored according to FDA's Current Good Manufacturing Practices (CGMP) regulations, and all labeling shall comply with FDA's labeling regulations (21 CFR Part 201). 7.2 All liquid bulk oxygen delivered under the contract shall be medical-grade and shall meet or exceed the standards cited in the current edition of the United States Pharmacopoeia/National Formulary (U.S.P.). 7.3 A valid certificate of analysis shall be provided with each delivery of liquid oxygen. The certificate shall include, at a minimum: a) Supplier's name and complete address b) Name of the Product (i.e. Oxygen U.S.P.) c) An Air Liquefaction Statement where appropriate d) Lot number or other unique identification number e) Actual analytical results for full U.S.P. monograph testing. (A statement that only states that the product meets the minimum purity of 99.5%, etc. is not acceptable.) f) Test method used to perform the analysis. (A statement such as "Meets U.S.P. specifications" is not acceptable; nor would "Tested via Servomex" be acceptable since the specific model number is not provided.) g) Signature of authorized supplier representative and date. 7.4 Material Safety Data Sheets shall be provided to the facility COTR upon request. 7.5 A copy of all inspection reports shall be provided to the facility COTR upon the completion of any contractor owned or government owned bulk oxygen system inspections that are required by regulation. 7.6 All contractor owned equipment shall be maintained or repaired in accordance with NFPA 55: Standard for Bulk Oxygen Systems at Consumer Sites, 2001 and FDA's Current Good Manufacturing Practices (CGMP) Regulations. 8. Applicable Regulations & Standards The following is a list of some of the regulations and standards that are applicable to this contract. The list is not comprehensive, and the contractor is responsible for ensuring that all products, equipment and services provided under the contract are in compliance with applicable Federal, state, and local regulations. If applicable, the editions in effect as of the date of this solicitation are listed. Contractor is responsible for remaining compliant with any future revisions that are effective at the time of contract performance. Title 21, Code of Federal Regulations, Parts 210 & 211 - CGMP regulations for supplying medical grade oxygen. 29 CFR 1910.104 Applies to the installation of bulk oxygen systems on industrial and institutional consumer premises 49 CFR - Transportation Federal Food, Drug, and Cosmetic Act NFPA 55: Standard for Bulk Oxygen Systems at Consumer Sites, 2010 Edition NFPA 99: Standard for Health Care Facilities, 2005 Edition U.S.P. 23 Density data and volume measurement equivalents published in Compressed Gas Association Pamphlet No. P-6, titled "Standard Density Data, Atmospheric Gases and Hydrogen," shall be used when necessary to convert measurement of gases from one form to another. For example, the following conversion factor shall apply for conversion from gallons to cubic feet. Calculation based on data in CGA P-6 1 ft ³ liquid O2 = 860.6 ft ³ gas (Table 1) 1 ft ³ liquid O2 = 7.48052 gal ((Table 2) Therefore: 7.48052 gal (1 ft ³) liquid O2 = 860.6 ft ³ gas 1 gal liquid O2 = 860.6 ft ³ gas 7.48052 1 gal liquid O2 = 115.05 ft ³ gas or more commonly quoted as 1 gal liquid O2 = 115.1 ft ³ gas 9. Contractor Owned Cylinders 9.1 This section applies to all contractor owned cylinders that are provided under this contract as a back-up system to a primary bulk oxygen system. 9.2 Laws and Regulations: Cylinders and other containers for gaseous and liquid forms of gases shall comply with the Department of Transportation specifications and shall be maintained, filled, marked, labeled, and shipped to comply with current and subsequent updates to DOT regulations (Title 49-Transportation, Code of Federal Regulations). Packaging, labeling, etc., for medical gases shall also comply with the Federal Food, Drug, and Cosmetic Act. 9.3 Marking: In addition to marking required by the aforementioned laws and regulations, marking shall comply with American National Standards Z48.1-1954 (R 1971), "Method of Marking Portable Compressed Gas Containers to Identify the Material Contained." 9.4 All unauthorized or inapplicable markings, tags, and labels shall be removed. When shipment is by commercial carrier, shipping tags complying with Federal Standard 123F dated 5/15/91 shall be attached to each cylinder so as to be protected by the valve protection cap. The contract data markings required by the applicable standard shall be applied to one side of the tag and the identification markings on the reverse side. Consignee markings may be omitted when shipment is by contractor's truck. 9.5 Valves: Valves shall comply with Compressed Gas Associates Standard CGA-V-1 (11th Edition, 2003), "Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections." Valve protection caps for cylinders designed to receive such caps shall be securely attached to the cylinders in a manner to protect the valves from injury during transit and delivery to the purchaser's receiving area. Refer to 49 CFR 173.301(g)). 9.6 Color Coding: All cylinders shall be color coded in accordance with the Compressed Gas Association Pamphlet CGA C-9-1988, "Standard Color Marking of Compressed Gas Containers Intended for Medical Use." 9.7 The contractor shall be responsible for all testing required by regulation of contractor owned cylinders at no additional cost to the Government. 9.8 The contractors price for the oxygen shall include the furnishing of, at no additional cost, all services which are required at each and every filling of a cylinder to comply with applicable regulations, specifications, and normal good practices. Such services are of the type normally provided in the supply of medical cylinder gases, and shall include, but not be limited to: tags indicating cylinder is "Full," In Use," or "Empty"; inspection, testing, evaluation, and cleaning services required at each and every filling; pin-indexing, when required, and attachment of Government-furnished warning tags, when required. Attaching of oxygen cylinders to manifold systems, when required, shall also be performed by the contractor at no additional cost. In addition to services listed in this paragraph, the contractor is responsible for all maintenance and testing of contractor-owned cylinders. 10. Government Owned Cylinders 10.1 Individual Agency Ownership of Cylinders: Government owned cylinders shall remain the property of the individual ordering (owning) agency and shall not be exchanged for other cylinders, either government-owned or contractor-owned, without authorization of the Contracting Officer Technical Representative (COTR) at the ordering agency. INSTRUCTIONS TO THE OFFEROR 1.The delivery locations and estimated annual requirements for each facility are listed in the schedule that follows. They are listed alphabetically by the state where they are located. The Offeror is not required to provide pricing for all of the facilities in this requirement. This solicitation may result in multiple awards. This RFQ will be reviewed based on Lowest Price Technically Acceptable. Award will be made to the offeror that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation-Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluation Factors for Award: Factor1- Delivery Factor 2- Certifications Factor 3- Past Performance Factor 4- Price (a)Technical factors are all of equal importance. Factors 1-3 will be evaluated as "Acceptable or Non-Acceptable." This requirement may result in multiple awards to the lowest price technically acceptable offer. To receive an overall acceptable rating and be eligible for award, the offeror must be technically acceptable in each of the areas identified. (2) The Government intends to award to the LPTA quote and therefore the Offeror's quote should contain the Offeror's best terms from a price and technical standpoint. (b)Technical Quote Submission: Offerors shall submit a technical quote addressing Factors 1-3 as follows: (1)Factor 1: Delivery: a.A copy of business hours of operation with emergency contact information will be included with each submission to demonstrate capability of meeting the facilities delivery standards according to the facilities Schedule of Supplies and Services. b.To be technically acceptable, quotes shall include business hours of operation with emergency contact required in part (1) a. above with a list of contact numbers and key individuals to contact during regular business hours, holidays and after hours. (2)Factor 2: Certifications: a. Provide copies of certifications and/or licenses to prove compliance with U.S. Food and Drug Administration (FDA) to distribute Medical Grade Bulk O2. b.To be technically acceptable, quotes shall include a copy of all certifications and licenses to show proper qualifications to supply and distribute Medical Grade Bulk O2. (3)Factor 3: Past Performance: a.Provide a minimum of 3 references on contracts/agreements of equivalent size or larger showing capabilities to supply Medical Grade Bulk O2. b.To be technically acceptable, quotes shall include 3 references of contracts/agreements of equivalent size or larger to include the name of the company with contact information of an individual at that facility who can verify capability to supply and distribute Medical Grade O2. (4)Factor 4-: Price: a. Pricing will be submitted for the facilities that Offerors are interested in. Pricing shall be inserted Schedule of Supplies and Services section of this requirement. b. Contractors who do not meet the criteria by submitting all non-price criteria may not be eligible for award. If discussions are held, a contractor may be given an opportunity to improve their quote through discussion. Award may be made without discussion to an acceptable contractor. Quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). c. A contract line item number (e.g. 0001) has been assigned to each facility participating in the contract. Sub-contract line item numbers (e.g. 0001a, 0001b, 0001c, 0001d, & 0001e) have been assigned to the contract base year and each of the 4 option years. A sub-contract line item number (e.g. 0001f) is also listed if the facility requires contractor owned equipment. Quotes that do not include a price for each sub-contract line item will be rejected for that line item. In addition, any Quotes submitted for quantities less than those specified will be rejected. d. Some contract line items are identified in the schedule as part of a facility group and will be awarded in the aggregate. To be considered for award of these line items, a quote must have pricing for all facilities (contract line items and sub-contract line items) that are identified as part of the group. The low quote for these facility groups will be determined by adding the total price of all line items and sub-line items to ascertain an aggregate price for the group. (See Facility Requirements page). e. For each facility identified in the schedule, a contractor may submit a price for a one time flat fee per each emergency delivery. (Please refer to paragraph 6.5 of the Statement of Work) Contractors shall indicate "no charge" if no charge applies for emergency deliveries. The quote price submitted for emergency deliveries will not be evaluated for purposes of award. f. Please do not submit prices that extend past two decimal points. Any prices submitted past two decimal points will be rounded. (e.g. A price of $0.334 will be rounded to $0.33; a price or $0.335 will be rounded to $0.34) If an award is made, it will be at the rounded price. g. All prices for bulk oxygen shall be submitted by hundred cubic feet (CCF). The estimated annual usage for each delivery location is shown in CCF. h. Any equipment rental fees shall be submitted as a monthly rental fee. (The schedule shows estimated requirements of 60 months since this is the number of months over the anticipated 5 year period of the contract.) i. Information regarding each facility's unique requirements follows the contract line item numbers. The schedule indicates the capacity of the bulk oxygen tank in cubic feet and provides information regarding the type of back-up system (RST - reserve tank (cubic feet) or CYL - cylinder bank.) The ownership of the main tank and back-up system is shown as either GO (government owned) or CO (contractor owned). j. Contractors are strongly encouraged to arrange a site visit prior to submitting their quote. Visits may be arranged by contacting the individual listed as the contact for the facility. (See 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK) Facility Groups that will be awarded in the Aggregate: 001. Wilmington VAMC Kirkwood Highway, Wilmington, DE 002. Altoona VAMC Pleasant Valley Boulevard, Altoona, PA 003. Butler VAMC New Castle Road, Butler, PA 004. Clarksburg VAMC One Medical Center Drive, Clarksburg, WV 005. Coatesville VAMC Black Horse Hill Road, Coatesville, PA 006. Erie VAMC East 38 Street 007. Lebanon VAMC South Lincoln Avenue, Lebanon, Pa 008. VA Philadelphia VAMC VAMC Philadelphia (Including VA Nursing Home), PA 009. VA Pittsburgh VAMC University Drive, Pittsburgh, PA Delafield Road, Pittsburgh, PA 010. Wilkes-Barre VAMC East End Boulevard, Wilkes-Barre, PA FACILITY REQUIREMENTS SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. DELAWARE- WILMINGTON VAMC 0001aBase:36,000CCF$__________ 0002aBase Tank Rental Fee:Monthly$__________ 1001aOption Yr 1:36,000CCF$__________ 1002aOption Yr 1 Tank Rental Fee:Monthly$__________ 2001aOption Yr 2:36,000CCF$__________ 2002aOption Yr 2 Tank Rental Fee:Monthly$__________ 3001aOption Yr 3:36,000CCF$__________ 3002aOption Yr 3 Tank Rental Fee:Monthly$__________ 4001aOption Yr 436,000CCF$__________ 4002aOption Yr 3 Tank Rental Fee:Monthly$__________ 5001aEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Damon Taylor 1601 Kirkwood HighwayPhone:(302) 633-5372 Wilmington, DE 19805Fax: Delivery Requirements:2 Days ARO Delivery Impediments: None Delivery Instructions: Delivery shall be Monday thru Friday, 8:00 am to 4:00 pm. Driver must contact Biomedical at 302-633-5372 to gain access to enclosure for main and reserve tanks. Alternate point of contact is Facilities at 302-633-5372. Oxygen, Medical Liquid Bulk Tank Capacity: 1500 gallons CO/GO: CO B/U Type: Liquid B/U Capacity: 250 gallons CO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- ALTOONA VAMC 0001bBase:35,500CCF$__________ 0002bBase Tank Rental Fee:Monthly$__________ 1001bOption Yr 1:35,500CCF$__________ 1002bOption Yr 1 Tank Rental Fee:Monthly$__________ 2001bOption Yr 2:35,500CCF$__________ 2002bOption Yr 2 Tank Rental Fee:Monthly$__________ 3001bOption Yr 3:35,500CCF$__________ 3002bOption Yr 3 Tank Rental Fee:Monthly$__________ 4001bOption Yr 4:35,500CCF$__________ 4002bOption Yr 4 Tank Rental Fee:Monthly$__________ 5001bEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Cindy Klausman Facilities Service (10F) 2907 Pleasant Valley BlvdPhone:(814) 943-8164 x7314 Altoona, PA 16602-4377Fax: Delivery Requirements:2 Days ARO Delivery Impediments: None Delivery Instructions: Monday through Friday. 7:30am to 4:30 pm Oxygen, Medical Liquid Bulk Tank Capacity: 1543 gallons CO/GO: CO B/U Type: RST B/U Capacity: 428 gallons CO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- BUTLER VAMC 0001cBase:106,000CCF$__________ 0002cBase Tank Rental Fee:Monthly$__________ 1001cOption Yr 1:106,000CCF$__________ 1002cOption Yr 1 Tank Rental Fee:Monthly$__________ 2001cOption Yr 2:106,000CCF$__________ 2002cOption Yr 2 Tank Rental Fee:Monthly$__________ 3001cOption Yr 3:106,000CCF$__________ 3002cOption Yr 3 Tank Rental Fee:Monthly$__________ 4001cOption Yr 4:106,000CCF$__________ 4002cOption Yr 4 Tank Rental Fee:Monthly$__________ 5001cEmergency Delivery Fee:$__________ VA Medical CenterCOTR: Curtis Wolfe 325 New Castle RoadPhone: (724) 287-4781 x5619 Butler, PA 16601Fax: Delivery Requirements:2 Days ARO Delivery Impediments: There are active construction areas near the tanks. Delivery Instructions: Deliveries can be made between the hours of 7:00am-3:30pm Monday thru Friday. Driver must contact VA Police once on site. Contact Curtis Wolfe to gain access to enclosure for main and reserve tanks. Contact phone number is (724)-287-4781 x5619 or x4470. Oxygen, Medical Liquid Bulk Tank Capacity: 1500 gallons CO/GO:CO B/U Type: Tank B/U Capacity: 120 gallons CO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- COATESVILLE VAMC 0001dBase:780,000CCF$__________ 0002dBase Tank Rental Fee:Monthly$__________ 1001dOption Yr 1:780,000CCF$__________ 1002dOption Yr 1 Tank Rental Fee:Monthly$__________ 2001dOption Yr 2:780,000CCF$__________ 2002dOption Yr 2 Tank Rental Fee:Monthly$__________ 3001dOption Yr 3:780,000CCF$__________ 3002dOption Yr 3 Tank Rental Fee:Monthly$__________ 4001dOption Yr 4:780,000CCF$__________ 4002dOption Yr 4 Tank Rental Fee:Monthly$__________ 5001dEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Sharon Weaver 1400 Blackhorse Rd.Phone:(610) 384-7711 x3204 Coatesville, PA 19320Fax: Delivery Requirements:2 Days ARO Delivery Impediments: None Delivery Instructions: Hours for delivery are 8am through 4pm Monday through Friday. No holidays or weekends. Driver must notify Bio Med upon delivery to access the tanks. Bio-Med will oversee the fill. Oxygen, Medical Liquid Bulk Tank Capacity: Main tank 1500gal. CO/GO:CO NHCU tank 500 gal. B/U Type: Main BOC tank. Reserve B/U Capacity: Main- 120gal CO/GO: CO NHCU 8 bank H reserve cylinder NHCU- 500gal SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a government-owned tank with an appropriate back-up system. PENNSYLVANIA- ERIE VAMC 0001eBase:160,000CCF$__________ 0002eBase Tank Rental Fee:Monthly$__________ 1001eOption Yr 1:160,000CCF$__________ 1002eOption Yr 1 Tank Rental Fee:Monthly$__________ 2001eOption Yr 2:160,000CCF$__________ 2002eOption Yr 2 Tank Rental Fee:Monthly$__________ 3001eOption Yr 3:160,000CCF$__________ 3002eOption Yr 3 Tank Rental Fee:Monthly$__________ 4001eOption Yr 4:160,000CCF$__________ 4002eOption Yr 4 Tank Rental Fee:Monthly$__________ 5001eEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Bradley Graham 135 E. 38th StreetPhone:(814) 860-2716 Erie, PA 16504Fax: Delivery Requirements:2 Days ARO Delivery Impediments: None. Delivery Instructions: Delivery will only be accepted at the Erie VAMC between 0730 and 1530, Monday through Friday (excluding Federal holidays). The contractor is required to check in at Central Receiving upon arrival on VA grounds. Upon completion of refill, delivery record/receipt is to be signed by VA staff member monitoring refill and the contractor delivery personnel. A copy of the record/receipt is to be provided to the VA. Delivery based on usage recorded per tank level reading. Delivery made at a minimum of every 30 days or as needed. Oxygen, Medical Liquid Bulk Tank Capacity: 1500 gallons CO/GO: GOB/U Type: 24 H-cylinders B/U Capacity: 60 gallons CO/GO: GO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- PHILADELPHIA VAMC(Including the Nursing Home) 0001fBase:160,000CCF$__________ 0002fBase Tank Rental Fee:Monthly$__________ 1001fOption Yr 1:160,000CCF$__________ 1002fOption Yr 1 Tank Rental Fee:Monthly$__________ 2001fOption Yr 2:160,000CCF$__________ 2002fOption Yr 2 Tank Rental Fee:Monthly$__________ 3001fOption Yr 3:160,000CCF$__________ 3002fOption Yr 3 Tank Rental Fee:Monthly$__________ 4001fOption Yr 4:160,000CCF$__________ 4002fOption Yr 4 Tank Rental Fee:Month$__________ 5001fEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Karen Lewis 3900 Woodland AvePhone:(215) 823-5800 x 6240 Philadelphia, PA 19104Fax: Delivery Requirements:2 Days ARO Delivery Impediments: None Delivery Instructions: Facilities will call for refill when tanks reach 56 inches. This will be the fill instruction for the tanks. Service open 24/7 for deliveries. Oxygen, Medical Liquid Bulk Tank Capacity: 3000gal CO/GO: CO B/U Type: 2 Tanks B/U Capacity: 1 tank 2500 gallons is located at the CLC and 1 tank 525 gallonsCO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- PITTSBURGH VAMC 0001gBase:40,000CCF$__________ 0002gBase Tank Rental Fee:Monthly$__________ 1001gOption Yr 1:40,000CCF$__________ 1002gOption Yr 1 Tank Rental Fee:Monthly$__________ 2001gOption Yr 2:40,000CCF$__________ 2002gOption Yr 2 Tank Rental Fee:Monthly$__________ 3001gOption Yr 3:40,000CCF$__________ 3002gOption Yr 3 Tank Rental Fee:Monthly$__________ 4001gOption Yr 4:40,000CCF$__________ 4002gOption Yr 1 Tank Rental Fee:Monthly$__________ 5001gEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Jason Haines Delafield Rd.Phone:(412) 360-3765 Pittsburgh, PA 15215Fax: Delivery Requirements:2 Days ARO Delivery Impediments: Entrance to facility is under construction for next 1-2 years, no impediments to tank. Delivery Instructions: Contact Biomed prior to coming on station for more specific instructions. Oxygen, Medical Liquid Bulk Tank Capacity: 3000 gal. Main CO/GO:CO B/U Type: Tank B/U Capacity: 250gal. Reserve CO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- PITTSBURGH VAMC 0001hBase:100,000CCF$__________ 0002hBase Tank Rental Fee:Monthly$__________ 1001hOption Yr 1:100,000CCF$__________ 1002hOption Yr 1 Tank Rental Fee:Monthly$__________ 2001hOption Yr 2:100,000CCF$__________ 2002hOption Yr 2 Tank Rental Fee:Monthly$__________ 3001hOption Yr 3:100,000CCF$__________ 3002hOption Yr 3 Tank Rental Fee:Monthly$__________ 4001hOption Yr 4:100,000CCF$__________ 4002hOption Yr 4 Tank Rental Fee:Monthly$__________ 5001hEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Jason Haines University Dr. CPhone:(412) 360-3765 Pittsburgh, PA 15240Fax: Delivery Requirements:2 Days ARO Delivery Impediments: Area around Tank is under construction for the next 2-3 years, as of 11/4/10 entrance is fenced off with a gate that is not locked. Delivery Instructions: Contact Biomed representative before coming on station for more specific delivery instructions. Oxygen, Medical Liquid Bulk Tank Capacity: 6000 gal main CO/GO:CO B/U Type: Tank B/U Capacity: 700 gal reserve CO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- WILKES-BARRE VAMC 0001iBase:190,000CCF$__________ 0002iBase Tank Rental Fee:Monthly$__________ 1001iOption Yr 1:190,000CCF$__________ 1002iOption Yr 1 Tank Rental Fee:Monthly$__________ 2001iOption Yr 2:190,000CCF$__________ 2002iOption Yr 2 Tank Rental Fee:Monthly$__________ 3001iOption Yr 3:190,000CCF$__________ 3002iOption Yr 3 Tank Rental Fee:Monthly$__________ 4001iOption Yr 4:190,000CCF$__________ 4002iOption Yr 1 Tank Rental Fee:Monthly$__________ 5001iEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Joseph Pellicano 1111 East End BlvdPhone:(570) 821-7202 Wilkes-Barre, PA 18711Fax: Delivery Requirements:2 Days ARO Delivery Impediments: None Delivery Instructions: Delivery shall be arranged when Liquid level on the primary tank is between 40 inches and 60 inches. The contractor shall contact the facility 48 hours prior to delivery in order to arrange for delivery time between Monday-Friday between 8:00am and 3:00pm. Tanks shall be filled to maximum functional capacity at each refill unless otherwise specified. Oxygen, Medical Liquid Bulk Tank Capacity: 3000 gal. CO/GO: CO B/U Type: Tank B/U Capacity: 160 gal. CO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- CLARKSBURG VAMC 0001jBase:354,000CCF$__________ 0002jBase Tank Rental Fee:Monthly$__________ 1001jOption Yr 1:354,000CCF$__________ 1002jOption Yr 1 Tank Rental Fee:Monthly$__________ 2001jOption Yr 2:354,000CCF$__________ 2002jOption Yr 2 Tank Rental Fee:Monthly$__________ 3001jOption Yr 3:354,000CCF$__________ 3002jOption Yr 3 Tank Rental Fee:Monthly$__________ 4001jOption Yr 4:354,000CCF$__________ 4002jOption Yr 4 Tank Rental Fee:Monthly$__________ 5001jEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Dorothy Warner 1 Medical Center Drive Phone:(304) 623-3461 x4047 Clarksburg, WV 26301Fax: Delivery Requirements:2 Days ARO Delivery Impediments: Tank is located in middle back parking lot. Pull thru and back up to tank. Delivery Instructions: Delivery times 7:00am to 3:30pm, Monday thru Friday. Driver must contact Logistics by phone at tank location. Logistics will notify VA police & security to gain access to enclosure for main and reserve tanks. Oxygen, Medical Liquid Bulk Tank Capacity: 2071 gallons CO/GO: CO B/U Type: Tank B/U Capacity: 138 gallonsCO/GO: CO SCHEDULE OF SUPPLIES/SERVICES Contractor shall provide all equipment, labor, materials, to include tools and parts, transportation, supervision and disposal necessary to distribute and supply medical-grade liquid bulk oxygen. This includes a contractor-owned tank with an appropriate back-up system. PENNSYLVANIA- LEBANON VAMC 0001kBase:230,000CCF$__________ 0002kBase Tank Rental Fee:Monthly$__________ 1001kOption Yr 1:230,000CCF$__________ 1002kOption Yr 1 Tank Rental Fee:Monthly$__________ 2001kOption Yr 2:230,000CCF$__________ 2002kOption Yr 2 Tank Rental Fee:Monthly$__________ 3001kOption Yr 3:230,000CCF$__________ 3002kOption Yr 3 Tank Rental Fee:Monthly$__________ 4001kOption Yr 4:230,000CCF$__________ 4002kOption Yr 4 Tank Rental Fee:Monthly$__________ 5001kEmergency Delivery Fee:$__________ VA Medical CenterCOTR:Regina Stoltzfus 1700 S. Lincoln Avenue Phone:(717) 272-6621 x4718 Lebanon, PA 17042Fax: Delivery Requirements:2 Days ARO Delivery Impediments: Driver must be vigilant of large vehicles due to ongoing major construction. Delivery Instructions: Contact Logistics at 717 272-6621 x4718 before delivery. Oxygen, Medical Liquid Bulk Tank Capacity: 3861 gallons CO/GO: GO B/U Type: RST B/U Capacity: 2539 gallonsCO/GO: GO The following FAR and provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, Effective 31 Jan 2011. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. CLAUSES IN FULL TEXT 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) ALTERNATE I (OCT 2008) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.216-18 ORDERING (OCT 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I (APR 1984) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.233-3 PROTEST AFTER AWARD (AUG 1996) 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APR 1984) 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) ALTERNATE I (OCT 1995) VAAR 852.246-71 INSPECTION (JAN 2008) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) CLAUSES INCORPORATED BY REFERENCE 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT SOLICITATION PROVISIONS FULL TEXT 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (AUG 2003) 52.225-18 PLACE OF MANUFACTURE (SEPT 2006) 52.233-2 SERVICE OF PROTEST (SEP 2006) 804.1102 VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (OCT 2010) (DEVIATION) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (MAY 2011) SOLICITATION PROVISIONS BY REFERENCE 52.216-27 SINGLE OR MULTIPLE AWARDS 52.217-3 EVALUATION EXCULSIVE OF OPTIONS 52.223-1 BIOBASED PRODUCT CERTIFICATION 52.212-1 INSTRUCTION TO OFFERORS- COMMERCIAL ITEMS Offerors must notify Administrative Contracting Officer Bridget Kornish at bridget.kornish@va.gov with any questions regarding this Synopsis/Solicitation NLT September 22, 2011 by Noon EST. Quotes shall be submitted via email to bridget.kornish@va.gov and Offerors must reference Solicitation # VA-244-RQ-0089 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All responses to questions will be posted by way of amendment to this combined Synopsis/Solicitation. All offers must be received by the closing date September 28, 2011 NLT Noon EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24411RQ0089/listing.html)
 
Document(s)
Attachment
 
File Name: VA-244-11-RQ-0089 VA-244-11-RQ-0089_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255693&FileName=VA-244-11-RQ-0089-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255693&FileName=VA-244-11-RQ-0089-007.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02577222-W 20110916/110915001214-2a452df583d7eb6f516b5148cd210fbd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.