Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
MODIFICATION

68 -- Liquid medical oxygen & Liquid Oxygen Tank rental

Notice Date
5/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
EJ12-007545
 
Archive Date
6/16/2012
 
Point of Contact
Effie Jennings, Phone: 301-594-3945
 
E-Mail Address
effie_jennings@nih.gov
(effie_jennings@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures. This announcement constitutes the only solicitation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, April 2012. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 221210. This will be awarded as Firm-Fixed-Price. Summary and Overview Statement of Work (SOW) Provide Bulk Oxygen Supply System for BLDG 10 & CRC Hospital The Office of Facility Management, Clinical Center (CC), National Institutes of Health (NIH), has a requirement to supply medical grade oxygen to the Clinical Research Center (CRC) hospital. This contract is seeking sources to provide all needed components to support a Food and Drug Administration (FDA) certified bulk oxygen main supply system for medical gas in accordance with National Fire Protection Agency (NFPA) 99. The contract will be based on rental of a 6000 gallon main tank, 500 gallon reserve and a separately located 500 gallon redundant reserve tank. The contract shall include all required components of the bulk oxygen supply, preventive maintenance, annual training, and inventory management of the bulk systems. The supply systems will be located at the existing pad locations at the National Institutes of Health (NIH) in Bethesda Maryland. The system must be maintained to ensure uninterrupted supply of oxygen to a multi-million dollar medical center. PERIOD OF PERFORMANCE: Base Performance Period: June 1, 2012 - May 31, 2013 One Year Option Period: June 1, 2013 - May 31, 2014 2nd Year Option Period: June 1, 2015 - May 31, 2016 CONTRACTOR ELIGIBILITY REQUIREMENTS: The contractor must be headquartered or have service locations within the Washington Metropolitan area. All work shall be done in accordance with NFPA, Center for Disease Control (CDC), Joint Commission for Accredit Hospital Organization (JCAHO) and American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRE) Guidelines. • Vendor must be FDA certified to produce medical grade liquid oxygen. • Vendor must have other centrally located FDA certified sites to support facility requirement in the event of emergency situation, i.e. hurricanes, flooding, tornadoes, etc. • Must be able to monitor via solar or satellite monitoring system to manage levels of medical gas. • Vendor must be certified to perform and complete FDA annual inspection for bulk liquid oxygen system. • Vendor must have trained and certified staff to perform any required maintenance and inspections at the local site or available within 4 hours of time of notification. • Vendor must be able to deliver Monday-Friday (with the exception federal or training holidays) between the hours of 0500 and 1730. Vendor must be available to make deliveries 24 hours, but will be notified in advance if requirement or mission dictates. • Medical grade liquid oxygen must be 99% pure at time of testing/certification prior to installation into the in-line system. • Vendor must provide packing list at time of installation/delivery to ensure proper payment. • Vendor must be able to have on site repairmen available to make repairs to the existing bulk system. • Vendor must make all records available ON-LINE (web access) including delivery history, level history, reading history, and account information that is downloadable to spreadsheet format. • Must have an emergency contact system in place in the event of catastrophic or emergency situations. • Contractor must provide emergency service plan documenting what services will be available in the event of complete loss of system, catastrophic event or emergency situations. The award decision will be based on the BEST VALUE offered to the government and not solely on price. Evaluation of Quotations: a. The Government will issue an order from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability, past performance, and price CONTRACTOR PERFORMANCE REQUIREMENTS: Vendor Shall Supply contractor owned: All delivery, installation, labor, materials and pick up charges to be paid by the vendor. • One (1) Primary 6000 Gallon Capacity Bulk Oxygen Tank located south of BLDG 10. • One (1) 500 gallon reserve tanks with the ability to uninterrupted service to the hospital in the events of a failure of the primary tank or until the primary tank can be refilled (weekly usage estimated to be 75,000 cu. ft.). Located South of BLDG 10 • One (1) 500 gallon redundant reserve tank with the ability to provide uninterrupted service to the hospital in the event of a failure of the primary system or until the primary system is restored. Located at existing pad by BLDG 13. • During any tanks change out process, the redundant reserve tank located at BLDG 13 must remain in full service until the main/reserves tanks system are certified for use service and placed back in service. This process will require a separate change out date from the main bulk tank location. This additional process will provide the ability to provide uninterrupted service to the hospital in the event of a failure of the temporary bulk trailer system. The tank is located at existing pad by BLDG 13. • During any tank change out process, the supply contractor will also provide complete NFPA rated oxygen temporary liquid bulk trailer that includes main and reserve tank connected to the emergency connection point at the B1 south loading dock. • A rebar enforced concrete pad which meets the minimum standards is existing at both locations • A Pressure Control Manifold, all lines/piping, connections, required to connect tanks to manifold and to existing hospital piping at pad location. The complete pressure control manifold system shall be enclosed in a single stainless enclosure. • A Pressure Control Manifold, all lines/piping, connections, required to connect tanks to manifold and to existing hospital piping at pad location for redundant reserve location near BLDG 13. The complete pressure control manifold system shall be enclosed in a single stainless enclosure. • An offsite monitoring system for each tank total of three (wired or wireless system), in which the successful vendor will be able to independently monitor the system and refill requirements. • Provide all equipment required to fill tanks as needed. • Provide Purity of Oxygen: 99.996% - Medical Grade (a.k.a. USP Grade) • Frequency of Fill: As Needed • Vendor shall own and maintain the tanks, manifold system, and all associated equipment from the tanks to the connection point at pad site. • Contractor must provide emergency service plan documenting what services will be available in the event of complete loss of system, catastrophic event or emergency situations. • At the end of the contract period the contractor is responsible for all cost, materials, equipment, and Crain rental for the complete removal of all tanks and equipment that have been installed. This contract also includes a separate change out date (later than main tank pad) for the redundant reserve tank at BLDG 13 at no cost to the government. • Hours of Delivery: • Available 24/7. PREVENTATIVE MAINTENANCE The contractor shall provide preventive maintenance, emergency response, routine service, and inventory management for the Bulk oxygen system at both locations as required by NFPA 99, JCAHO and CDC requirements. • Provide a complete written preventive maintenance report to the project official listing operation of each device as required by referenced codes. • Provide documented annually operational training on site to NIH personnel. During the scheduled inspections as required by referenced codes, the contractor will perform a through maintenance check of the system including but not limited to: • Documented training for safety plan and daily operations. • Document Gas emergency plan JCAHO EC.1.4 • Reserve supply change over system • Redundant reserve supply change over system • Vaporizers and automatic switch assemblies • Document and inspect all tank and control valves. • Check and document all main source alarms for all three tanks. • Check and document all gauges • Check and document operation of all pressures regulators. • Inspect and remove icing from vaporizer as required. • Provide a general inspection of all system components including wiring, contacts, air pressure switches, belt tension etc. Daily Inspections Daily inspections of tank site will be performed by NIH staff. Maintenance of pad site including grounds maintenance is the responsibility of NIH. NIH will document the following: • Tank levels • Visual checks • Lighting • Upkeep and grounds maintenance ROUTINE SERVICE The contractor will provide routine service Monday through Friday, 6 am to 6 pm. On-site service will be provided within one (1) hour, excluding holidays, upon notification by OFM or CCMU. EMERGENCY CALLS The contractor will provide emergency service 24/7. The contractor must be on site within four (4) hours after notification from OFM. EQUIPMENT REPAIR Equipment repair not listed above will need prior approval from OFM before the execution of any additional work. REPAIR PROCEDURES Report any required additional work to the listed project officer. Payment Schedule: This agreement will cover the units as detailed in attached correspondence. This contract is billable on a Quarterly basis. All requirements of this contract which includes reports must be completed as listed above before the quarterly payment is approved by OFM. The contract is billable at the end of each Quarter. Billing is a multi step process: 1) Please verify company is registered and up-to-date in the Central Contractor Registration (CCR), https://www.bpn.gov/CCR 2) Please verify DUNS (Dun & Bradstreet) number is on invoice, www.dnb.com 3) Please include purchase order number/contract number on invoice 4) Invoice number must be unique 5) Line Item Descriptions must equal line items on purchase request/contracts per verbatim 6) The contractor will submit a copy of the quarterly invoice to the Office of Facility Management in order to ensure that we have entered the receiving information which is required prior to initiation of any payment. All required reports listed above must be included with the invoice. The invoice should be mailed or emailed to: National Institutes of Health Clinical Center, Office of Facility Management Building 10 Room B1L410 10 Center Drive MSC 1352 Bethesda, Maryland 20892 Office phone 301/496-2862 This must be done to verify quantities/ work performed is correct so that official receiving can be entered into the accounting system so that the invoice may be processed. 7) After completing number one above send a separate invoices requesting payment to: National Institutes of Health Office of Financial Management Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, Md. 20892-8500 Phone number for payment inquiries 301-496-6088 Evaluation Criteria The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 06/01/2012 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _06/08/2012. Requests for information concerning this requirement are to be addressed to Ms. Effie Jennings via email only to ejennings@cc.nih.gov prior to close date. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/EJ12-007545/listing.html)
 
Place of Performance
Address: 10 center drive, bldg. 10, room b1l410, bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02747090-W 20120516/120514235949-2dc596fe05aae943a20684bc002c5dd9 (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.