Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
DOCUMENT

68 -- Medical Gas Cylinders For NF/SG VHS - Attachment

Notice Date
5/16/2017
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8;Commerce Building;300 E. University Ave. Ste. 170;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q0022
 
Response Due
6/16/2017
 
Archive Date
8/15/2017
 
Point of Contact
Kim L. Plummer 352-381-5722
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 26 (i) 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; quotes are being requested and a written solicitation will not be issued. The Department of Veterans Affairs, North Florida / South Georgia Veterans Health System (NF/SG VHS) has a need to procure medical-grade gases and medical gas cylinders, brand name or equal for Logistics Services. (ii) The combined synopsis solicitation number is VA248-17-Q-0022. It s issued as a Request for Quotation. (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular FAC 2005-94,2005-95 / 01-19-2017. (iv) The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Businesses. The NAICS is 325120. Business size standard is 1000 employees. Note, Interested Service Disabled/Veteran Owned Small Business [SDVOSB] Offerors must be listed and registered in vetbiz.gov to be considered for Award. (v) This combined synopsis solicitation is for the purchase of various medical grade gases and the lease/rental of medical gas cylinders for a period of a base plus 4 option years. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. All types and quantities listed below are monthly estimates NF/SG VHS needs and may change and/or increase/ decrease in quantity and type based on need and care provided to our veterans: (vi) A description of the items to be acquired, and/or applicable salient characteristics/minimum Government need(s) are included in the Statement of Work (attached). *(Please refer to the attached Statement of Work (SOW) and pricing schedule for all locations and brand equipment description)* (vii) The supplies/equipment is to be delivered on 1 August, 2017 at the expense of the offeror, FOB destination to Malcom Randal VAMC & other NF/SG locations as deemed necessary. ***(See Statement of Work for locations and point of contact)*** (viii) Provision 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors are to e-mail complete quotes/proposals to kim.plummer@va.gov no later than 12 PM EST on 16 June, 2017. All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ Note, unless exempt per Federal Acquisition Regulation [FAR] Part 4.11, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award against this solicitation. SAM combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA) systems. For information please review the SAM website at https://www.sam.gov. A Data Universal Numbering System (DUNS) number is utilized for registration. To register go to https://www.acquisition.gov. (ix) Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1 Technical Capability 2 Past Performance and Experience 3 Evaluation of Price See Instructions, Conditions and Other Statements to Bidders/Offerors section below for details. (x) 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2014) applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. POTENTIAL REQUIREMENT GROWTH: The Government may require additional effort in order to successfully accomplish the Government s scope of this requirement.   The Government reserves the right to include services at additional locations within the VISN as required and funding becomes available.   Additional locations include VA Medical Facilities in Bay Pines, Gainesville, Miami, Tampa, West Palm Beach, and San Juan, PR.   In accordance with Federal Acquisition Regulation 52.212-4, any changes in the terms and conditions of this contract may be made only by written agreement of the Contractor and Government.   The prices for services at additional locations are to be determined upon agreement between the Contractor and the Government via bi-lateral modification at the Government s request. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (APR 2015) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (End of Clause) (xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: Provisions in full text: 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (5) years. (End of Clause) 52.225-18 Place of Manufacture (MAR 2015). (a) Definitions. As used in this clause Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except (1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) [] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [] Outside the United States. (End of provision) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014) (a) Definitions. As used in this provision Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. Service-disabled veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Veteran-owned small business concern means a small business concern (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) The North American Industry Classification System (NAICS) code for this acquisition is 325120. (2) The small business size standard is 1000 employees. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that (i) It [ ] is, [ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Clause) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (a) "Hazardous material," as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material (If none, insert None ) Identification No. (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsive and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (END-OF-CLAUSE) 52.223-19 COMPLIANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS (MAY 2011) The Contractor's work under this contract shall conform with all operational controls identified in the applicable agency or facility Environmental Management Systems and provide monitoring and measurement information necessary for the Government to address environmental performance relative to the goals of the Environmental Management Systems. (END-OF-CLAUSE) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of provision) 852.252-70  Solicitation provisions or clauses incorporated by reference (JAN 2008). The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.   Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.   Copies may also be obtained from the contracting officer. (End of provision) Provisions incorporated by reference are: 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007); 52.204-7 System for award management (JUL 2013) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran Representation and Certification (DEC 2012) Clauses in Full Text: 52.252-2 Clauses Incorporated by Reference (FEB 1998). 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of clause) Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $15,000.00 (MAY 2014); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 852.203-70 Commercial Advertising (JAN 2008); 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008) (xiv) DPAS is N/A (xv) The RFQ is due on June 16th @ 12:00pm EST by e-mail at kim.plummer@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. (xvi) For further information contact Kim Plummer by phone at 352-381-5722 Contracting Office Address: 301 E. University Ave, Suite #170, Gainesville, FL 32601 Point of Contact(s): Kim Plummer Contracting Officer: Victor Mercado List of Attachments: Statement of Work, Price/Cost Schedule & Delivery Schedule INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS INSTRUCTIONS FOR QUOTE SUBMISSION QUOTATION PREPARATION INSTRUCTIONS NOTE: ALL QUOTATION PREPARATION COST WILL BE THE SOLE RESPONSIBILITY OF THE OFFEROR. THE GOVERNMENT WILL NOT REIMBURSE ANY FIRM FOR THEIR QUOTATION PREPARATION COST. QUOTATION Format and Content: This section of the RFQ provides general guidance for preparing as well as specific instructions on the format of the quotation. The quotation shall consist of three (3) physically separate and detachable parts as follows: Part I Technical Capability Part II Past Performance and Experience Part III Evaluation of Price Emailed Quotes are accepted and can be sent to kim.plummer@va.gov Faxes will not be accepted. Part I- TECHNICAL CAPABILITY Submit technical proposal in a format which clearly addresses the evaluation factors. Part II- PAST PERFORMANCE INFORMATION- See Evaluation Criteria Part III- PRICE QUOTATION (a) Price Schedule Insert proposed pricing into pricing schedule (attached); pricing must be provided for all line items. (See solicitation attachment) (b) Revised pricing shall remain valid for a minimum of 60 days, as per terms and conditions. (c) Acknowledge any and all amendments. The following contracting officers are authorized to negotiate under the resulting contract. Victor Mercado Phone: 352-381-5721 Email: Victor.Mercado@va.gov QUOTATION EVALUATION CRITERIA PART 1 - GENERAL INFORMATION 1.1 This is a competitive Request for Quotation (RFQ) conducted under FAR Part 13, Lowest Price Technically Acceptable process. Award will be made on the basis of technical capability, past performance, and price. The government reserves the right to award to other than the lowest priced quote. PART 2 TECHNICAL EVALUATION FACTOR-1 TECHNICAL CAPABILITY All quotes must meet or exceed the salient features and characteristics of the technical information provided in the statement of work and at minimum the following salient feature characteristics: The Technical Proposal Evaluation consists of four (4) sub-factors. Offerors shall address the following sub-factors in their narrative to include: Management Plan: Offers shall outline and describe their technical plan to provide the services outlined in the performance work statement, to ensure the offeror s ability to meet the agency s needs. Proposals shall describe the management and staffing plans and describe how they demonstrate the offeror s approach for providing the resources necessary to maintain service quality levels, staffing levels, training, risk management. Regulatory Compliance: The Contractor shall demonstrate their ability to perform and provide the delivery of medical grade gases by supplying any/all documentation which supports their ability meet all applicable Federal and State agency rules and regulations (Federal and State), which would require that the contractor submitting an offer related to the associated solicitation possess/hold and maintain current/active licensure to provide medical grade gases in the states of Florida and Georgia. This license must be in the name of the contractor submitting the offer in response to the solicitation. This licensure would adequately demonstrate their ability to perform and provide for delivery of all medical gases specifically required by the NF/SG Veterans Health System in accordance with the Statement of Work and as specified in the price schedule. Contractor shall be fully licensed and accredited to provide medical gas services in the states of Florida and Georgia. Contractor must also maintain licensing and certifications in the states of Florida and Georgia during the lifetime of the contract. Contractor must ensure that all cylinders are tested using hydrostatic testing, painted and labeled for contents or type by industry standards and valves and stems are in good working condition with seals in place. Contractor must provide all requested gases of industry standard and type. Gas provided by the Contractor shall be of good quality, correct content per cylinder, and meet the full quantity fill requirements for the cylinder(s). Upon request, the Contractor is to provide a certificate of purity from the supplier for any supplied gases. Quality Control Plan: Offers shall describe their techniques for maintaining quality control for their products. The proposal shall describe the Offeror's approach for instituting and maintaining a capability to ensure the quality and integrity of services/products, including at least: (1) Management and task controls to assure work will be complete as required; (2) contingency plans for identifying and correcting problems; (3) and steps that will be taken to assure timely delivery of quality products. The government will consider the completeness of the offeror s information, their understanding of the requirement, the offeror s assessment of the objectives to be accomplished and methodology for accomplishing the requirement and determine it to be acceptable or not acceptable. Delivery: Contractor must be available to fill emergency requirements 7 days a week to include holidays. The Contractor shall provide refilling services for Government owned cylinders upon request to each individual facility. Delivery hours are posted for each individual facility but are typically Monday through Friday between 8:00AM and 4:00PM, excluding Federal holidays. In an extremely rare case of emergency, medical center staff will be available for delivery any day, any hour. 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 COR, so that the facility can initiate an alternate backup action. All Government owned cylinders are stamped and identified. Contractor shall annotate delivery packing slip with type, size, and quantity of cylinders picked up and returned (filled). The Contractor shall provide a certificate of purity from the supplier for provided gases for all returned cylinders. At the time of each delivery, Contractor shall provide a legible signed and dated delivery order that identifies at minimum: type, description, hazard class, quantity ordered, quantity delivered, quantity returned and weight/volume of each individual deliverable. This document must be counter-signed by the facility representative supervising the delivery. FACTOR-2 PAST-PERFORMANCE Offerors shall identify any federal, state, local government private contract of similar type, scope, size and complexity that are ongoing, or have been completed within the past five (5) years. Include information that evidences customer satisfaction with offerors service and demonstrates offerors compliance with and fulfillment of the requirements of previous contracts. Reference with points of contacts and telephone numbers must be identified. When addressing past performance evaluation criteria set forth in this solicitation, the offeror shall provide recent and relevant information regarding the offeror s actions under previously awarded contracts. Relevant past performance consists of experience with the set-up, delivery of medical grade gases and cylinders within the past five (5) years, will be considered relevant past performance. The offeror shall forward a copy of the past performance questionnaire to a minimum of three (3) but not to exceed five (5) of their most recent references, for whom the offeror has completed recent and relevant similar projects with the Federal, State, and Local Government during the past five (5) years. If the offeror does not have Government references, the offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. The questionnaires must be forwarded to a verified point of contact at each of those agencies or business organizations for completion. Offerors are responsible for ensuring that their reference sources receive the questionnaires in time to complete and return the questionnaire to the Contracting Officer not later than the quote due date but may be submitted prior to the quote due date. Late receipt of past performance questionnaires may be considered at the discretion of the Contracting Officer. Past performance and experience with government contracts for medical grade gases, with knowledge and experience with VA Contracts. 1). Provide up to three (3) commercial or (3) government (Fed/State/Local) contracts where your company was the general contractor or combination of three commercial and government references. Include; a) Contract name, b) Contract Number, c) Location, d) Award amount, e) final Dollar Value at completion of contract f) period of performance g) Start and completion dates, and h) Point of Contact including, name, address, phone number of contracting officer. The Government will consider this information as well as information obtained from any other sources, when evaluating the Offeror s past performance. FACTOR 3-PRICE Offerors shall provide pricing as requested in the Schedule of Supplies/Service including favored customer discounts per FAR 13.103. Price proposals will be evaluated and ranked according to total price, from lowest to highest. Evaluation of price will be made on the total proposed price and must also be determined to be fair and reasonable. All prices for medical gases shall be submitted per units requested. Tank/equipment rental and maintenance fees shall be submitted as a monthly fee. Note: Offers that are not technically acceptable cannot be selected, regardless of price. Offerors submitting price proposals in response to this solicitation do so with the complete and full understanding that the Government reserves the right to publically announce the total contract award amount. PAST AND PRESENT PERFORMANCE SURVEY FOR OFFICIAL USE ONLY (When filled in) Note: If information is inaccurate, please correct. Please complete a separate evaluation form for each relevant contract. A. GENERAL INFORMATION: Contractor's Name: Address: Point of Contact: Telephone Number: Project Title and Brief Description of Work: Contract Number provided by Offeror: Contract Period or Dates of Performance Provided by Offeror: Contractor acted as the ( ) prime contractor or the ( ) sub-contractor. B. RESPONDENT INFORMATION: Name of respondent: Title: Address: Telephone number: FAX number: Email address: C. PERFORMANCE INFORMATION Choose the category below that most accurately describes the contractor s perform ance or situation. Please provide a narrative explanation for any rating of Exceptional, Marginal, or Unsatisfactory. EXCEPTIONAL: Performance met all contract requirements and exceeded many. Prob lems, if any, were negligible, and were resolved in a timely, highly effective manner. Essentially no doubt exists that the offeror will successfully perform the required effort. VERY GOOD: Performance met all contract requirements and exceeded some. There were a few minor problems, which the contractor resolved in a timely, effective manner. Little doubt exists that the offeror will successfully perform the required effort. SATISFACTORY: Performance met contract requirements. There were some minor prob lems and the contractor s corrective actions were satisfactory. Some doubt exists that the offeror will successfully perform the required effort. NEUTRAL: No record of performance or the record is inconclusive. (See FAR 15.305 (a) (2) (iii) and (iv). MARGINAL: Performance did not meet some contractual requirements. There were prob lems, some of a serious nature, for which corrective action was only marginally effective. Substantial doubt exists that the offeror will successfully perform the required effort. UNSATISFACTORY: Performance did not meet most contractual requirements. There were serious problems and the contractor s corrective actions were ineffective. Extreme doubt exists that the offeror will successfully perform the required effort. 1. MANAGEMENT EFFECTIVENESS a. Contractor provided experienced managers and supervisors with technical and administrative abilities to meet contract requirements E V S N M U b. Contractor maintained appropriate staffing levels (number/Qualifications). Please comment if workload varied. E V S N M U c. Contractor maintained records/reported data E V S N M U d. Contractor s overall management effectiveness E V S N M U 2. QUALITY OF SERVICE AND WORKMANSHIP a. Contractor maintained acceptable standards of workmanship E V S N M U b. Contractor provided acceptable-quality materials E V S N M U c. Contractor s overall quality of service E V S N M U 3. TIMELINESS/ADHERENCE TO SCHEDULES a. Contractor completed scheduled tasks within stated time frames E V S N M U b. Contractor was proactive in keeping you informed of schedule changes if they were going to occur E V S N M U c. Overall contractor timeliness E V S N M U 4. QUALITY CONTROL a. Contractor adhered to its quality control plan E V S N M U b. Contractor s quality control resulted in little/no work on your part to achieve acceptable service (i.e.-few failed inspections) E V S N M U c. Contractor documented its quality control checks/corrective actions E V S N M U d. Contractor s overall quality control E V S N M U 5. CUSTOMER SATISFACTION a. Contractor maintained a professional working relationship E V S N M U Contractor was reasonable and cooperative in resolving customer complaints E V S N M U c. Contractor was flexible in responding to customer requirements E V S N M U d. Overall customer satisfaction E V S N M U 6. If past performance information is from a government contract, did the contractor receive any Contract Discrepancy Reports, Letters of Concern, or Cure Notices? ____________________ If yes, please describe: ___________________________________________________________________________________________________________________________________________________________________________________________________________________________ 7. If given the opportunity, would you award another contract to this contractor? ________________________________________________________________________ Please explain.___________________________________________________________________ 8. Additional Comments: _________________________________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q0022/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0022 VA248-17-Q-0022_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503141&FileName=VA248-17-Q-0022-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503141&FileName=VA248-17-Q-0022-000.docx

 
File Name: VA248-17-Q-0022 Price - Cost - Delivery Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503142&FileName=VA248-17-Q-0022-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503142&FileName=VA248-17-Q-0022-001.docx

 
File Name: VA248-17-Q-0022 SOW - MEDICAL GASES (FY17).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503143&FileName=VA248-17-Q-0022-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503143&FileName=VA248-17-Q-0022-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Malcom Randall VAMC;Lake City VAMC;All Outpatient Clinics For N.Florida/S.Georgia
Zip Code: 32608
 
Record
SN04510139-W 20170518/170516234424-e64c66db8987504d01d30835736c0290 (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.