Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
SOLICITATION NOTICE

68 -- Bulk Liquid Oxygen

Notice Date
10/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025913T0002
 
Response Due
10/15/2012
 
Archive Date
10/30/2012
 
Point of Contact
Jasmine Adriano Lucht 619-532-5944
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-13-T-0002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20061004. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov and www.acq.osd.mil. The NAICS code is 325120 and the Small Business Standard is 1000. This is a 100% Small Business Set-Aside. Naval Medical Center San Diego requests responses from qualified sources capable of providing: 0001Base Year FY 13: Bulk Liquid Oxygen (POP: 15 OCT 2012- 30 SEP 2013) 0001AABulk Liquid Oxygen 0001AB 1500 GAL (Main) Storage Tank Rental 0001AC 120 GAL (Reserve) Storage Tank Rental 0001AD Maintenance Fee 0001AE Delivery Fee 0001AF Hazmat Compliance Charge 1001Option Year One FY 14: Bulk Liquid Oxygen (POP: 01 OCT 2013- 30 SEP 2014) 1001AABulk Liquid Oxygen 1001AB 1500 GAL (Main) Storage Tank Rental 1001AC 120 GAL (Reserve) Storage Tank Rental 1001AD Maintenance Fee 1001AE Delivery Fee 1001AF Hazmat Compliance Charge 2001Option Year Two FY 15: Bulk Liquid Oxygen (POP: 01 OCT 2014- 30 SEP 2015) 2001AABulk Liquid Oxygen 2001AB 1500 GAL (Main) Storage Tank Rental 2001AC 120 GAL (Reserve) Storage Tank Rental 2001AD Maintenance Fee 2001AE Delivery Fee 2001AF Hazmat Compliance Charge 3001Option Year Three FY 16: Bulk Liquid Oxygen (POP: 01 OCT 2015- 30 SEP 2016) 3001AABulk Liquid Oxygen 3001AB 1500 GAL (Main) Storage Tank Rental 3001AC 120 GAL (Reserve) Storage Tank Rental 3001AD Maintenance Fee 3001AE Delivery Fee 3001AF Hazmat Compliance Charge 4001Option Year Four FY 17: Bulk Liquid Oxygen (POP: 01 OCT 2016- 30 SEP 2017) 4001AABulk Liquid Oxygen 4001AB 1500 GAL (Main) Storage Tank Rental 4001AC 120 GAL (Reserve) Storage Tank Rental 4001AD Maintenance Fee 4001AE Delivery Fee 4001AF Hazmat Compliance Charge Statement of Work ESTIMATED QUANTITIES Naval Hospital Twentynine Palms anticipates that it will require the delivery of approximately 500,000 cubic feet of medical grade bulk liquid oxygen each fiscal year. This projection is for informational purposes only and should not be construed as a minimum purchase requirement. T he requirement is also for the rental of a main storage tank, a reserve storage tank, maintenance and all charges associated with Hazardous Material Compliance. The requirement cannot be separated. The contract is for a base year with four (4) option years. CONTRACTOR REQUIREMENTS 1. Vendor is responsible for providing one (1) 1500 gallon liquid oxygen storage tank, as well as one (1) 120 gallon reserve storage tank, auxiliary systems, necessary monitoring equipment and other system support equipment that may be required to comply with applicable federal, state, military or Joint Commission standards. 2. Vendor is responsible for providing any training on the storage tank and associated equipment as dictated by regulatory drivers. 3. Tank location will be located behind NHTP, BLDG 1145. 4. Vendor will ensure that the set point for refill is no less than 35% of storage tank capacity. 5. Vendor shall provide an atmospheric gasses inspection report semiannually (November and May). 6. Vendor must be FDA certified to produce medical grade liquid oxygen. 7. Vendor must have other centrally located FDA certified sites to support facility requirement in the event of emergency situation, i.e. earthquakes, flooding, tornadoes, etc. 8. Must be able to provide a monitoring system to manage levels of medical gas. 9. Vendor must be certified to perform and complete FDA annual inspection for bulk liquid oxygen system. 10. 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. 11. Vendor must be able to deliver Monday-Friday (with the exception federal holidays) between the hours of 0700 and 1530. 12. Vendor must be available to make deliveries within 24 hours in the event of an emergency. 13. Medical grade liquid nitrogen must be 99% pure at time of testing certification prior to installation into the in-line system. 14. Vendor must provide a delivery note/packing list and certificate of analysis at the time of delivery to ensure proper payment. 15. Vendor must be able to provide an onsite repair technician to make repairs to the existing bulk system. 16. Must have an emergency contact system in place in the event of catastrophic or emergency situations. 17. Deliveries are to be made within seven working days after receipt of order from NHTP. 18. Personnel authorized to place refill orders are Safety Department, Material Management Department and the Head of Facilities Maintenance. Period of performance is 15 October 2012 until 30 September 2013 with four option years. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 252.222-37 Employment Reports on Veterans 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.217-8 Option to Extend Service 52.217-9 Option to Extend the Term of the Contract 52.217-5 Evaluation of Options 52.223-3 Hazardous Material Identification and Material Safety Data 252.223-7001 Hazard Warning Label RAPID GATE NCACS Program Implementation Instruction This announcement will close at 10:00 AM, Pacific Standard Time on 15 OCTOBER 2012. Contact Jasmine Adriano who can be reached at 619-532-5944 or email Jasmine.Adriano@navy.med.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance; (iv) and small disadvantaged business participation. Technical and past performance, when combined, are the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ. 1.The proposed contract is 100% set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0002/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL TWENTYNINE PALMS
Zip Code: BLDG 1343 MCAGCC MAGTFTC, TWENTYNINE PALMS, CA
 
Record
SN02906311-W 20121004/121002234413-9fa3f17bbc6db0a564fe5a4bc6af0be4 (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.