Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

65 -- Cylindrical Oxygen - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
36C24518Q0127
 
Response Due
3/19/2018
 
Archive Date
4/18/2018
 
Point of Contact
Contract Specialist
 
E-Mail Address
.gall@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veteran Affairs Washington DC Medical Center has issued solicitation number 36C24518Q0127 as a Request for Quotation (RFQ). 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; offers are being requested and a solicitation is attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The NAICS Code is 325120, Industrial Gas Manufacturing; Small Business Size Standard is 1,250 Employees. The Contractor shall deliver the following items, FOB Destination. Delivery shall be completed within thirty (30) calendar days ARO, to the following address: The Department of Veteran Affairs Warehouse 50 Irving Street NW Washington, DC 20422 CLIN Number Item Number Description Quantity Unit 0001 AR HP6K Argon HP GR 4.8 Size 6K - 6000 20 CY 0002 CD USP50 Carbon Dioxide USP 50LBS CGA 120 CY 0003 CD USPE Carbon Dioxide USP Size E CGA 150 CY 0004 CD USPEA Carbon Dioxide USP Size EA CGA 5 CY 0005 HE USPM4 Helium USP Size M4 CGA 930 5 CY 0006 HE UHP6K Helium UHP GR 5.0 Size 6K CGA 15 CY 0007 NI NF200 Nitrogen NF Size 20 CGA 580 65 CY 0008 NS USP56 Nitrous Dioxide USP 56LBS CGA 326 25 CY 0009 NS USPE Nitrous Oxide USP Size E CGA 16 CY 0010 OX 200 Oxygen USP Industrial Size 200 CGA 5 CY CLIN Number Item Number Description Quantity Unit 0011 OX USP125 Oxygen USP Size 125 CGA 540 5 CY 0012 OX USP200 Oxygen USP Size 200 CGA 540 15 CY 0013 OX USPD Oxygen USP Size D CGA 870 15 CY 0014 OX USPE Oxygen USP Size E CGA 870 30 CY 0015 OX USPEAWBDS Oxygen USP Size EA with WALK-O2-BOUT REG/DISS Integrated Valve/Regulator 3200 CY 0016 OX USPEWBDS Oxygen USP Size E with WALK-O2-BOUT REG/DISS Integrated Valve/Regulator 15 CY 0017 SECEXPEDITE Services Fee Expedited Delivery 49 EA 0018 RNTCYLMED Rent Cylinder Medical 104040 EA Please include shipping in the quote. NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) Questions pertaining to this solicitation must be sent by e-mail only to: Saadia.Gall@va.gov no later than 12:00 pm ET, March 19, 2018. Telephone inquiries will not be accepted. Questions received after the specified date and time will not be considered. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. *NOTE* SDVOSBs and VOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. Offerors are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Offers are due at 8:00 A.M. ET on March 19, 2018. All submissions must be submitted through the eCMS Vendors Portal. No quotes will be accepted through phone or email. Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information printed on each offer: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address Evaluation Process: The Government intends to award a purchase order resulting from this solicitation using the evaluation method Lowest Price Technically Acceptable. Offerors pricing will be reviewed for reasonableness and realism. For evaluation purposes the lowest price will be determined by calculating the total price of Contract Line Item Numbers (CLINs) in order to determine a total amount. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Provisions 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation 2015-02)(Feb 2015), 52.211-6 Brand Name or Equal apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02)(Feb 2015), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors, 52.247-34 F.O.B. Destination, 52.246-2 Inspection of Supplies--Fixed-Price apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.222-50, 52.222-55, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70 Commercial Advertising, 852.211-73 Brand name or equal, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016)(DEVIATION), 852.211-73 Brand name or equal (Fill-in: All CLINS), 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee (Fill-in: 90 days), 852.246-71 Inspection. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. THE ATTACHED LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUN 2011) APPLIES TO THIS ACQUISITION. All offers must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. 1. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. 2. In the event an Offeror is unable to submit an offer through the Vendor Portal, prior to the closing date and time, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of offers by email will not be accepted. Offer transmission/uploads must be completed by the date/time specified. Late or incomplete Offers will not be considered. 3. If Offerors are still unable to submit a offer through VA eCMS Vendor Portal, the Contracting Officer may elect to accept submission of a CD version of the offer package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission of an offer. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Contracting Specialist, Saadia Gall, Saadia.Gall@va.gov as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit an offer prior to the closing date via Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a offer via the Portal. This document will be submitted together with the CD version of the offer. In the event an Offeror has not requested offer submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit an offer via Vendor Portal, the Offeror will be considered non-responsive and the CD version of the offer will not be accepted. 4. If a CD version of the offer will be accepted by the Contracting Officer, the electronic version of the offer may be submitted as an MS Word document in.doc or.docx format or Portable Document Format (PDF). Offerors who meet stated requirements may mail or hand carry the CD version of their offer to the address provided by the Contracting Officer. Offerors are responsible to ensure offers are received no later than the date and time specified in the solicitation. Late or incomplete offers will not be considered. All offers are subject to all terms and conditions of this solicitation. Statement of Work (SOW) Cylindrical Oxygen Liquid The Washington DC VA Medical Center intends to secure medical air gases. The period of performance for the Statement of Work will be performed from the April 1, 2018 through September 30, 2018. The medical center makes no commitment to continue the services provided under this Statement of Work beyond September 30, 2018. We serve a patient population with multiple risk factors as wells as clinical procedures that requires medical gases during and after procedures. In our efforts to meet the routine and non-routine needs of the veteran as well as compliance with Medical Air Gas directives a one vendor specialty supplier is needed to maintain patient safety. The overall scope of services is the placement of Biological Atmospheres, Carbon Dioxide, Helium, Device and Drug Gases, Laser Gases, Nitrogen, Nitrous Oxide, Oxygen, Anesthetic Blends, Sterilants, and other medical mixes as needed to the medical center. Its purpose shall be to: The COR Nicholas Wiggins is authorized to place orders as needed based on the needs of the medical staff. A standard Par volume of each type of gas will be maintained at all times. The gases will be provided in Cylindrical Gas requirements as well as labeling requirements if requested by the medical center. ADMINISTRATIVE ITEMS Clinic Operating Hours: The contractor will provide services (deliveries) on Tuesdays, Wednesday and Fridays. The hours for deliveries will be 0700-1730 hours. All used containers will be picked up by the contractor when new deliveries are being made. Status Meetings: Contractor, Contracting Officer and COR will meet on an as needed basis to evaluate overall effectiveness of the contract, resolve problems and improve policies and procedures. Medical Center Contact Information: Calvin Neal, Chief Logistic Service (202) 745 8000 ext. 55339 Nicholas Wiggins, Acquisition Utilization Specialist (202) 745-8000 ext. 52332 Kristian Price, Warehouse Supervisor (202) 745-8000 ext. 52259 Personnel: Personnel Policy: The Contractor will, at all times, demonstrate a high level of courtesy and consideration when providing services to the patient/primary caregiver. All Contractors performing work under this contract will be a minimum of eighteen (18) years of age or older, as required by law. All Contractor assigned by the contractor to work on this contract will be physically able to safely and adequately perform their duties. Personnel/Equipment/Supplies/Forms: Contractor shall provide any personal equipment or other personal items in sufficient quantities to perform their assigned tasks during the delivery and pick-up process. Organizational Relationship: The parties agree that the Contractor shall not be considered VA employees for any purpose. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. Invoicing: The invoice shall contain the contractors name, address, and telephone number, name of the type of medical gas, amount of each type of gas delivered, and charge amount for each item delivered. The invoice will provide a breakdown of all services provided for the previous week. The contractor shall not invoice until all required documentation is complete. If the supporting documentation has not been completed before the invoice is received by the COR at the medical center, the invoice shall be considered incomplete and will be returned. The invoice may be resubmitted after completion of all required documentation. However, for the purpose of computing interest under the prompt payment act, invoice receipt date shall be the date the resubmitted invoice is received by the COR at medical center or at the payment processing center in Austin Texas. Payment: All payments made under the contract will be made monthly, in arrears, upon submission of a properly prepared invoice for the services furnished in the previous month. No advance payments will be authorized. Contractor shall contact the Purchasing Agent at medical facility should they not receive payment within 60 calendar days of submission of a proper invoice. Contractor shall submit invoices to the VA payment offices in Austin Texas. Invoices without proper documentation will be returned. Payments under this contract will be made in accordance FAR 52.232-34, Payment by Electronic Funds Transfer Other Than Central Contractor Registration. The Company will provide the appropriate form and account information for electronic transfer. Payments made by the medical center under this contract shall constitute the total cost of services provided by the Company. The Company hereby agrees that in no event shall the Company bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against the beneficiary, the beneficiary s family, private insurer, Medicare or any other entity acting on the beneficiary s behalf, for services provided pursuant to this contract. Billings rendered by the Company to the medical facility for services furnished to VA beneficiary under the terms of this contract shall be billings in full. ADP Security Responsibilities: If contractor has access to printed and/or electronic files containing sensitive information in the performance of official duties, all information or data must be protected under the provision of the Privacy Act of 1974 and other applicable laws and regulations. The contractor is responsible for: 1) Protecting the information from unauthorized release, from loss, alteration or unauthorized deletion; and 2) Following applicable regulations and instructions regarding access to computerized files, release of access codes, etc. as set out in the computer access agreement and VA Policy Memorandums. Amendments: In accordance with FAR 52.212-4 the services specified in this contract may be changed only by written modification to this agreement. The VA Contracting Officer will prepare the modification and have both parties approve the modification. Abbreviations and Definitions: Contracting Officer (CO): The representative of the Washington DC VA Medical Center who has the authority to enter into, administer, terminate, modify, approve changes, or otherwise represent and bind the DCVAMC in all matters arising under or relating to this agreement. Contracting Officer s Representative (COR): Individual(s) who furnishes technical guidance and advice or generally supervises the work performed under the contract. Designations will be in writing and will define the scope and limitation of the representative's authority. (END OF STATEMENT OF WORK)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/36C24518Q0127/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24518Q0127 36C24518Q0127.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150041&FileName=36C24518Q0127-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150041&FileName=36C24518Q0127-000.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: Department of Veterans Affairs;Acquisition & Material Management;50 Irving Street NW;Washington DC
Zip Code: 20422
 
Record
SN04854347-W 20180316/180314231413-fe901e3fda0a3881599ab1dc358c8b79 (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.