Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
DOCUMENT

Q -- Temporary Bridge Contract Medical Gas- Cylinder Tank Rental (SAVAHCS) - Attachment

Notice Date
7/18/2018
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25818Q9630
 
Response Due
7/27/2018
 
Archive Date
9/25/2018
 
Point of Contact
Michael Williams
 
E-Mail Address
792-1450,
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. DRAFT * Statement of Work * DRAFT Medical-Grade Gas and Tank Rental (SAVAHCS) Scope of Contract 1.1 The Southern Arizona VA Health Care System (SAVAHCS) Department of Veterans Affairs (VA) currently has an ongoing requirement for the supply of medical-grade cylinder gases to be delivered to SAVAHCS. This follow-on requirement was originally awarded via the Western States Network Consortium (WSNC) national contracts for the distribution and supply of medical-grade cylinder gases that will expire on 30 September 2018. The current delivery order that was awarded against this WSNC Nation Contract also expires on 30 September 2018. 1.2 The purpose of this requirement is to establish a bridge contract vehicle for a Base 12 month period and one 6-month option period to provide a source of supply for medical-grade cylinder gases for SAVAHCS until the WSNC contract can be awarded and anticipated protests are remedied. The gases to be purchased include, but are not limited to compressed Medical Air USP, Oxygen USP, Carbon Dioxide USP, Nitrogen NF, Nitrous Oxide USP, Helium USP, and specialty medical gas mixtures. 1.3 The current Medical-Grade Cylinder Gases are noted in the schedule (attachment 1). The quantities shown in the schedule are estimates of SAVAHCS monthly/annual current requirements. There is no express or implied guarantee that these quantities will be purchased. The schedule also indicates whether the contractor will fill Government Owned (G) cylinders, or will provide Contractor Owned (C) cylinders, or will be servicing the facility with a combination of both (C/G). 1.4 A Contracting Officer Representative (COR) or Facility Point of Contact (FPOC) will be designated prior to contract award. This person shall be responsible for local contract administration issues and shall monitor the contractor performance in accordance with the contract terms and conditions. Product Specifications 2.1 All medical gases shall conform to specification prescribed in the United States Pharmacopeia and the National Formulary. All medical gas manufactures and fillers of medical gases shall be registered with the FDA; and all medical gases shall be manufactured, processed, packed, transported, and stored to the FDA s Current Good Manufacturing Practice (CGMP) regulations and Title 21, Code of Federal Regulations, Parts 210, 211, and 201 for labeling. 2.2 In addition, the following specifications are incorporated into the resulting contract: Federal Specification BB-C-101D, Carbon Dioxide (CO2) Technical and USP, current edition. Compressed Gas Association (CGA) Publications G-7 Compressed Air for Human Respiration, dated May 2008, and ANSI/CGA G-7.1 Commodity Specification for Air, current edition.. All products, equipment, and services provided under the resulting contract shall be in compliance with all applicable Federal, State, and Local Regulations. Delivery Requirements 3.1 The contractor shall make deliveries on Monday through Friday between the hours of 8:00am to 10:00am. These hours are required due to multiple other deliveries being made to the facility throughout the day. FOB point is destination. All transportation charges for cylinders shall be included in the unit price for gas. Additional charges such as delivery fees, hazardous materials fees, fuel surcharges, etc. shall NOT be billed to or collected from the facility for orders received under this contract. 3.2 Material Safety Data Sheets shall be provided to the COR or FPOC upon request at no additional charge. 3.3 Should an emergent need arise for a special delivery outside the normal delivery dates/times, the COR/FPOC shall contact the contractor to establish an emergent order and delivery time. Non-Repairable Government Property 4.1 Prior to disposing of non-repairable Government-Owned cylinders, parts, fittings, and appurtenances, the contractor shall contact the facility. Contractor shall make disposition in accordance with the ordering activity s instructions. 4.2 Contractor shall be paid for all services performed and authorized by the ordering activity, up to the determination that a cylinder is non-repairable, at the prices listed in the pricing schedule. 4.3 Contractor shall not charge any additional types of fees, other than those specified above in paragraph 4.2, for the return of non-repairable cylinders to the ordering activity. 4.4 If the activity request, and the contractor agrees to dispose of any non-repairable Government-Owned property, the fee shall be negotiated and agreed upon between the two parties prior to the disposal of the property. This will be funded by a separate order issued at the requesting facility. 5. Cylinders and Other Containers 5.1 Laws and Regulations: Cylinders and other containers for gaseous and liquid forms of gases shall comply with the Department of Transportation (DOT) Specifications that regulates the transport of hazardous materials through Title 49 of the Code of Federal Regulations (49 CFR), Subchapter C, "Hazardous Materials Regulations." Parts 171-177 & 180 (as applicable) provide general information on hazardous materials and regulation for their packaging and their shipment by rail, air, vessel, and public highway. Filling, packaging, labeling, etc., for medical gases shall also comply with the Federal Food, Drug, and Cosmetic Act. 5.2 Marking: Cylinders shall comply with CGA Publication C-7 Guide to Preparation of Precautionary Labeling and Marking of Compressed Gas Containers, current edition. 5.3 Color Coding: Cylinders shall be color coded in accordance with CGA Publication C-9 Standard Color Marking of Compressed Gas Containers Intended for Medical Use, current edition. 5.4 Valves: Valves shall comply with CGA Safety Bulletin SB-26, current edition and CGS Publication V-1 Compressed Gas Association Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections, current edition. Valve protection caps for cylinders designed to receive such caps shall be securely attached to the cylinders in a manner to protect the valves from injury during transit and delivery to the purchaser s receiving area. For liquid containers, all fittings must be permanently brazed to prevent their removal. In addition, each container should contain a 360-degree cryoband applied at the top of the container with the drug product name repeated around the entire container. 5.5 Hydrostatic Testing: 5.5.1 Retest Date: If applicable DOT regulations would require retesting of cylinder/s within three (3) months after scheduled date of shipment to Continental U.S. Destination, or within six (6) months after schedule date of shipment to overseas destination, cylinder shall be retested. Contractor will be required to retest any Government-Owned cylinder when requested by ordering activity, regardless of scheduled retest data. 5.5.2 Method: Government-Owned cylinders which are eligible for extended hydrostatic retest period, testing by modified hydrostatic method, or visual inspection in lieu of hydrostatic testing, shall be service by the most economical means which will comply with DOT regulation previously stated unless otherwise specified by the ordering activity. When modified or reduced DOT test requirements are contingent upon past usage of the cylinders, a written statement from the ordering activity indication that the cylinders have been used exclusively for a specific gas may be considered acceptable evidence of the cylinders eligibility for modified testing or inspection. 5.5.3 Hydrostatic testing shall be performed in accordance with CGA s Publication C-1, Methods for Hydrostatic Testing of Compressed Gas Cylinders, current edition. 5.5.4 Visual inspection shall be performed in accordance with the applicable CGA Publications C-6; Standards for Visual inspection of Steel Compressed Gas Cylinders, or C-6.1: Standards for Visual Inspection of High Pressure Aluminum Compressed Gas Cylinders, current editions. 5.5.5 The contractor shall be responsible for all testing of contractor-owned cylinders at no additional cost to the Government. The Government shall pay for the hydrostatic testing of Government-Owned cylinders on a separate purchase order issued by the ordering facility by request. 5.6 Cylinder Sizes: Cylinder sizes shown in the item description indicate product capacity of the cylinder currently being used. All capacities are approximate, and the Government shall be billed only for the actual amount of gas delivered. In accordance with the Federal Food, Drug, and Cosmetic Act, the actual contents of the container must appear on the label. 5.7 Individual Agency Ownership of Cylinders: Government-Owned cylinders shall remain the property of the individual ordering (owning) agency and shall not be exchanged for other cylinders, either Government-Owned or contractor-owned, without authorization of the ordering agency. 5.8 Lost or Damaged Contractor-Owned Cylinders: For each contractor-owned cylinder lost or damaged beyond repair while in the Governments possession, the Government shall pay to the Contractor the replacement value, less the allocable rental paid for that cylinder. These cylinders shall become Government property. If any lost cylinder is located within 30 calendar days after payment by the Government, it may be returned to the contractor by the Government, and the contractor shall pay to the Government an amount equal to the replacement value, less rental, computed in accordance with section 8 of this statement of work. 5.9 Disposal of Government Owned Cylinders: Government owned cylinders that must be disposed of will be covered by a separate purchase order issued by the facility that requires the disposal. 5.10 Repair of Government Owned Cylinders: Repairs of Government owned cylinders will be covered by a separate purchase order issued by the facility that requires the repairs. 5.11 Method of Shipment: Empty Government-Owned cylinders that are picked up from an ordering facility for re-fill or servicing shall be transported according to the Department of Transportation Regulations, using normal commercial practice to prevent damage to cylinders. 5.12 Transportation of Cylinders: All transportation charges for empty Government-Owned and contractor-owned cylinders from the ordering facility to the contractor s facility shall be at the expense of the contractor. 6. Price of Services for Government-Owned and Contractor-Owned Cylinders The contractor s price for the gas shall include the furnishing, at no additional cost, of all services which are required at each and every filling of a cylinder to comply with applicable regulations, specifications, and normal good practices. Such services shall include, but are not limited to: tags indicating cylinder is Full, In Use, or Empty. Inspection, testing s, evaluation, and cleaning services required at each and every filling: pin-indexing, when required, and attachment of Government-Furnished warning tags, when required. Attaching of oxygen cylinders to manifold systems, when required, shall also be performed by the contractor at no additional cost. In addition to services listed in this paragraph, the contractor is responsible for all maintenance and testing of contractor-owned cylinders. 7. Measurement and Conversion Computation, Atmospheric Gases and Hydrogen Density data and volume measurement equivalents printed in CGA Publication P-6, Standard Density Data Atmospheric Gases and Hydrogen, current edition, shall be used when necessary to convert measurement of these gases from one form to another; for example, from cubic feet to gallons. Attachment 1 Medical-Grade Cylinders DESCRIPTION SIZE #CONTRACTOR FURNISHED TANKS #VA FURNISHED TANKS Estimated Monthly Usage UNIT Air, Compressed, CGA Type 1, Medical E 12   8 cylinder Air, Compressed, CGA Type 1, Medical H 2   1 cylinder Carbon Dioxide, Medicinal, Grade A H   32 10 cylinder Helium H 3   10 cylinder Nitrogen Gaseous H 18 20 12 cylinder Nitrous Oxide F   2 1 cylinder Nitrous Oxide, 8" OD G   3 1 cylinder Oxygen, Gaseous E   4 2 cylinder Oxygen, Gaseous H 12 12 8 cylinder Oxygen, Gaseous (Aluminum Tank) E 400   200 cylinder Oxygen, Gaseous (Aluminum Tank) MRI Specific E   4 3 cylinder 100% Carbon Dioxide G 428   32 21 cylinder Argon, High Purity grade 220 2   1 cylinder Helium, 99.999% Purity H 218 3   2 cylinder Lung Diffusions Gas Certified 0.3% CO, 0.3% CH4 21% O2 Bal N2 Size 200 H 6   2 cylinder Nitrogen, Ultrapure, Purity 99.999% 230 2   1 cylinder Helium 80%, Oxygen 20% H 3   2 cylinder Liquid Nitrogen (We have (6)30- (2)50 Liter) 25 Liter   8 100   Prospective contractors must be authorized/certified to provide the required service, and must show proof with any provided documents at the time of responding to this Sources Sought announcement. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Notice request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 325120 (1,000 Employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Michael.Williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Pacific Standard Time on July 27, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818Q9630/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9630 36C25818Q9630.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491069&FileName=36C25818Q9630-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491069&FileName=36C25818Q9630-000.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;Southern Arizona VA Healthcare System (SAVAHCS);3601 S. 6th Avenue;Tucson, AZ
Zip Code: 85723
 
Record
SN04997233-W 20180720/180718231113-1a74ef4fe91d18f1759e7316e038b291 (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  © 1994-2020, Loren Data Corp.