SOLICITATION NOTICE
99 -- Delivery of medical cylinder gas to Naval Hospital Lemoore, CA
- Notice Date
- 9/24/2014
- 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
- N0025914T0414
- Response Due
- 9/29/2014
- Archive Date
- 10/30/2014
- Point of Contact
- NAVAL MEDICAL CENTER SAN DIEGO 619-532-8110 Deadrick Robinson
- E-Mail Address
-
2-8106
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial service with the intent to award on a Full and Open Competition Basis. Prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13 as supplemented with 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 Request for Quotation (RFQ) number is N00259-14-T-0414. The closing date is September 29, 2014 at 11:00AM Pacific Standard Time. This requirement is for Delivery of Medical Cylinder Gas to Naval Hospital Lemoore, Lemoore, CA. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full text at www.acquisition.gov and www.acq.osd.mil/dpap/dfar/index.htm. The NAICS code 325120. This is a competitive, non-restricted action. Naval Medical Center San Diego request responses from qualified sources capable of providing the following: Period of Performance: 01 Oct 2014 “ 30 Sep 2015. : 0001 NI NF200 MITROGEN MEDICAL GRADE NF SIZE 200 QTY: 40 EA Price: ________ 0002 OX USP 180LT 230 OXYGEN QTY: 60 EA Price: ________ 0003 CD USP50S CARBON DIOXIDE MEDICINAL GRADE W/SIPHON QTY: 130 EA Price: ________ 0004 NSUSP56 NITROUS OXIDE USP SIZE 56 LBS (Customer Owned Refills) QTY: 40 EA Price: ________ 0005 OX USPE MEDICAL OXYGEN SIZE E (Customer Owned Refills) QTY: 80 EA Price: ________ 0006 OX USPE MEDICAL OXYGEN SIZE D (Customer-Owned Refills) QTY: 125 EA Price: ________ 0007 OX USP200 MEDICAL OXYGEN SIZE H (Customer Owned Refills) QTY: 48 EA Price: ________ 0008 OX USP125 MEDICAL OXYGEN SIZE 125 Medical grade (Customer Owned Refills) QTY: 60 EA Price: ________ 0009 CD USPE CARBON DIOXIDE - Medical grade - Size E (Customer-Owned Refills) QTY: 30 EA Price: ________ 0010 CD USPE CARBON DIOXIDE - Medical grade - Size E QTY: 50 EA Price: ________ 0011 OX USPD OXYGEN Medical grade Size D (Customer-Owned Refills) QTY: 40 EA Price: ________ 0012 LIQUID CYLINDER RENTAL - Cylinder Rentals Liquid Containers (Portable) Greater than or equal to 160 liters QTY: 100 EA Price: ________ 0013 GAS CYLINDER RENTAL - Monthly Rental on cylinders QTY: 700 EA Price: ________ 0014 HYDROTEST- Hydrostatic Testing Of Cylinders and Valves for CUSTOMER Owned Cylinders QTY: 50 EA Price: ________ 0015 DELIVERYCHARGE- Delivery Charge QTY: 52 EA Price: ________ 0016 EMER DEL Emergency Delivery Charge Monday Business Hours, Tuesday-Friday Deliveries QTY: 2 EA Price: ________ 0017 EMER DEL Emergency Delivery Charge Weekends or After Normal Working Hours QTY: 1 EA Price: ________ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offeror-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-28 Post Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1) Delivery Schedule defined as lead time necessary to receive the product. 2) Technical Capability defined as an assessment of the prospective contractor ™s key management personnel to determine if they have the basic knowledge, experience and understanding of the requirements necessary to provide the requested items. 3) Price defined as fair and reasonable. Technical capability and Delivery, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Technical capability and Delivery Schedule are considered more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System for Award Management Registration (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Deadrick Robinson on or before 11:00AM Pacific Daylight Time on September 29, 2014. Email: deadrick.robinson@med.navy.mil; Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0414/listing.html)
- Place of Performance
- Address: NAVAL HOSPITAL NAS LEMOORE
- Zip Code: RECEIVING OFFICE
- Zip Code: RECEIVING OFFICE
- Record
- SN03525741-W 20140926/140925000613-51a9d595a6f70c13ca35f9d0f3159dd6 (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 |