Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

W -- 534-21-3-054-0985 Bulk Oxygen (VA-21-00009178)

Notice Date
1/12/2021 4:41:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532283 — Home Health Equipment Rental
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0140
 
Response Due
1/21/2021 12:00:00 PM
 
Archive Date
02/20/2021
 
Point of Contact
Thomas.Nicholls@va.gov, Thomas Nicholls, Phone: 843-789-7566
 
E-Mail Address
thomas.nicholls@va.gov
(thomas.nicholls@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24921Q0140 Posted Date: January 11, 2021 Original Response Date: Current Response Date: January 21, 2020 at 3:00 p.m. (EST) Product or Service Code: W065 | Lease or Rental of Equipment- Medical, Dental, and Veterinary Equipment and Supplies Set Aside (SDVOSB/VOSB): SDVOSB/VOSB NAICS Code: 532283 | Home Health Equipment Rental Contracting Office Address VISN 07 Network Contracting Office 7 325 Folly Rd Charleston SC 29412 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 532283, with a small business size standard of $35.0 Million. The Charleston VA Medical Center is seeking to purchase Bulk Oxygen Service. This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the Government, Tier 2 offers will then be evaluated. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the Government, then the solicitation will be canceled, and the requirement may or may not be resolicited. STATEMENT OF WORK Performance Work Statement Ralph H. Johnson VA Medical Center Charleston, South Carolina Medical Grade Bulk Oxygen and Tank Rental Service 1. General 1.1. Services: This requirement is for the leasing of bulk oxygen tanks and the purchase of compressed oxygen for the Ralph H. Johnson VA Medical Center (RHJVAMC) located in Charleston, South Carolina. 1.2. Period of Performance: This is for a one-year base contract with the possibility of four one-year option periods. The base year period of performance is as follows and may be altered contingent upon date of award. Base Year 01 April 2021 31 May 2022 Option Year 1 01 April 2022 31 May 2023 Option Year 2 01 April 2023 31 May 2024 Option Year 3 01 April 2024 31 May 2025 Option Year 4 01 April 2025 31 May 2026 1.3. Place Performance: Ralph H. Johnson VA Medical Center 109 Bee Street Charleston, SC 29401 1.4. Background: The RHJVAMC currently has a requirement for the distribution and supply of medical-grade liquid bulk oxygen and tank rental. The requirement is for estimated quantities which may change based on actual need to support patient care, historically, the facility has used quantities up to but has not exceeded the requested amounts. 1.5. Acronyms and Definition: C&A Certification and Accreditation CFR Code of Federal Regulations CGMP Current Good Manufacturing Practices COR Contracting Officer s Representative FDA Food and Drug Administration ISO Information Security Officer NFPA National Fire Protection Association PII Personally Identifiable Information PIV Personal Identification Verification QASP Quality Assurance Surveillance Plan U.S.P. United States Pharmacopoeia VA Veterans Affairs or Department of Veterans Affairs VHA Veterans Health Administration 1.6. Publications: 21 CFR Part 201 NFPA 55 NFPA 99 VA Handbook 6500.1 VA Handbook 6500.6 VHA Handbook 2005-028 VHA Patient Safety Alert 2. Personnel 2.1. Key Personnel (Contractor and Government): Name of Personnel Position / Title License/Certification/Experience Percentage of Work to Perform 3. Hours of Operation: 3.1. Business Hours 8:00 a.m. 3:30 p.m., Monday through Friday, excluding Federal Holidays. Overtime is not authorized at this time. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th 3.2. Work schedule The Contractor shall be available during normal business hours of 8:00 a.m. 3:30 p.m., Monday through Friday, excluding Federal Holidays to meet delivery requirements for non-emergent requests submitted by the Government. 4. Government Responsibilities: 4.1. A Contracting Officer Representative (COR) shall be designated and is responsible for local contract administration issues such as ordering and providing specific delivery instructions. A letter of delegation that outlines the COR s specific responsibilities shall be provided to the Contractor at the time of contract award. 4.2. The Government shall ensure proper and timely submission of orders to allow Contractor to meet required delivery date. A list shall be provided to the Contractor of approved individuals who have authority to place orders against the awarded contract. 4.3. The Government shall provide a list of approved individuals who have the authority to receive and sign for the goods being delivered. Contractor Performance Requirements and Responsibilities: 5.1. The Medical-grade oxygen is classified as a drug and must meet USP specifications. Bulk oxygen tanks are classified as a drug delivery device, and all Contractors shall be registered with the Food and Drug Administration. The quantities are estimates of the facility s annual requirements. There is no express or implied guarantee that these quantities shall be purchased. Please note that contracts that include the installation of Contractor owned equipment shall include a sixty (60) day transition period at the beginning and end of the contract period. Prior to first filling under this contract and yearly, Contractor shall perform in-service training for facility personnel, such as the COR and any other personnel deemed appropriate by the Service Line, to include the following facets for Contractor owned and Government owned systems: Refill procedure with documentation Preventative maintenance support requirements with documentation that may be needed from the Medical Center systems Explanation and documentation of all the volume alarm and low pressure set points. 5.3.1. The Contractor shall provide written procedures and training for VA staff protocols to accomplish emergency shutdowns or other sudden, unplanned termination of the refilling process. Contractor shall provide 24/7 emergency contact name(s) and telephone number(s). 5.4. Prior to first filling, and annually thereafter, alarm set-point testing, risk assessment including an assessment of current infrastructure, and written verification shall be presented through the use of a qualified third party expert per NFPA 99, 2021 Edition (http://www.nfpa.org/codes-and-standards/all-codes-and-standards/list-of-codes-and-standards/detail?code=99) for Contractor owned and Government owned systems. Any code deficiencies in the Medical Center s existing system, as defined by NFPA 55, 2020 Edition (5), Chapter 9, Bulk Oxygen Systems , shall be identified by the Contractor. A detailed explanation of these deficiencies shall be presented in writing to the COR. Receipt of this written explanation shall be signed for by the COR. An annual risk assessment shall be presented yearly in a formal document to the COR. The risk assessment shall only be conducted for the Medical Gas and Vacuum Systems related to the Medical Grade Bulk Oxygen and Tank Rental Service associated with this contract. 5.5. Prior to first filling for this contract, and annually thereafter, the Contractor shall verify, in writing, the accuracy of all gauges on Contractor owned tanks. If the gauge(s) are Government owned, Contractor shall provide, if requested after award, a written proposal with price to verify accuracy of the gauge(s). The Government may choose to exercise this option at its desire. 5.6. Contractor shall provide for the following as outlined below: Bulk Oxygen Delivery weekly on Wednesday for the Ralph H. Johnson VA Medical Center. Emergency Delivery Fee for a 12-month period. Bulk Oxygen monthly portable tank rental. Telemetry monthly rentals for main and reserve tank in order that Contractor and Government may always have constant awareness of levels in tanks and to provide a portal or website for the facility to have access to monitor and place orders as needed. 5.7. Contractor shall refer to delivery schedule (provided after award) which specifies order submission and delivery dates, to include alternate dates because of observed federal holidays. 6. Delivery of Medical Liquid Bulk Oxygen: 6.1. Bulk Oxygen is ordered by and delivered to the individual ordering facility. Specific information regarding any unique delivery requirements is included in the Price Schedule. 6.2. The Contractor shall deliver medical-grade liquid oxygen within the timeframe specified in the provided schedule. The timeframe identified may be either The number of calendar days after receipt of the Government s order. The specific days of the week for delivery. The specific time intervals between deliveries. A specified reorder points. Other specified ordering and delivery methods. 6.3. Upon award, delivery timeframe shall be discussed with site COR listed in the schedule, as sites shall have the option to establish an automatic delivery schedule. If the time frame for Contractor delivery is not identified in the facility requirements, the Contractor shall provide 24-hour notice prior to delivery or upon mutual agreement between the facility and Contractor, alternate ordering/delivery methods such as pre-scheduled deliveries, calling for tank level readings, installing a telemetry unit, etc. may be arranged. 6.4. If for any reason the Contractor is unable to delivery at the agreed upon day or time, the Contractor shall provide 24-hour notice to the COR, so that the facility can initiate an alternate backup action. In accordance with VHA Patient Safety Alert dated April 5, 2004 (https://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1279) and VHA Directive 2005-028 (https://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1279) dated June 24, 2005 all deliveries shall be monitored by a qualified and trained technical representative that shall be designated by each facility. Contractor shall be provided with names and contact information of primary and back-up facility representatives. This applies to all deliveries regardless of time or day of execution. 6.5. Tanks(s) shall be filled to maximum functional capacity at each refilling procedure unless otherwise specified in the facility requirements or as agreed upon in a written document signed and dated by the delegated COR. 6.6. At the time of each delivery, Contractor shall provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and the quantity delivered. This document must be counter-signed by the facility representative supervising the delivery. 6.7. Emergency delivery shall be provided within twenty-four (24) hours after receipt of Government notification. Contractor shall respond to the facility by either telephone or email within one (1) hour to confirm receipt of emergency notification to ascertain the nature of the emergency. Emergency status is determined by the Government when conditions warrant, such as an actuated main bulk tank low level alarm, imminent alarm condition, or system leak. Failure of the Contractor to remain current with agreed delivery schedule and requirements does not constitute an emergency for purposes of charging an emergency delivery fee. 7. Quality Assurance Specifications and Requirements: 7.1. All medical gas manufacturers and fillers of medical gases shall be registered with FDA as drug manufacturers. All oxygen shall be manufactured, processed, packed, transported, and stored according to FDA s Current Good Manufacturing Practices (CGMP) regulations, and all labeling shall comply with FDA s labeling regulations (21 CFR Part 201 - https://www.accessdata.fda.gov/scripts/cdrh/cfdocs/cfCFR/CFRSearch.cfm?CFRPart=201). 7.2. Liquid bulk oxygen delivered under the contract shall be medical-grade and shall meet or exceed the standards cited in the current edition of the United States Pharmacopoeia/National Formulary (U.S.P.). 7.3. Material Safety Data Sheets shall be provided to the facility upon request. 7.4. A copy of all inspection reports shall be provided to the delegated COR upon the completion of any Contractor owned or Government owned bulk oxygen system inspections that are required by regulation. 7.5. Provide reports to the facility such as usage in a timely manner. Reports may be issued based on time periods. 7.6. All Contractor-owned equipment shall be maintained or repaired in accordance with NFPA 55: Compressed Gases and Cryogenic Fluids Code, 20020 and FDA s Current Good Manufacturing Practices (CGMP) Regulations (https://www.fda.gov/Drugs/DevelopmentApprovalProcess/Manufacturing/ucm090016.htm). 8. Contractor-Owned Equipment: 8.1. The facilities listed in the schedule as having Contractor owned tanks shall have the Contractor provide, install and maintain bulk oxygen tank(s) with appropriate back-up system(s). Through the duration of the contract, the Contractor shall be liable for the integrity, suitability, and safety of Contractor owned tank(s) that shall insure compliance with applicable regulations, standards and normal good practices. The tank capacity and reserve system shown in the schedule are minimum capacities required by the using facilities. Manifold, cylinders for the reserve supply, liquid converter, alarm switch, regulator, valves, level indicator, and any other devices or connections required for proper tie-ins with the facility s gas system shall be furnished by the Contractor, without cost to the Government. The manifold or liquid converter shall deliver gas at a pressure and rate of flow adequate to supply the system. Each liquid oxygen storage container shall have an outlet that allows access for testing the purity of the oxygen. 8.2. All equipment and materials required to perform on the contract (other than what is specifically listed in paragraph 10, Government-Furnished Property) shall be provided by the Contractor. Contractor owned equipment shall be installed, inspected and maintained by the Contractor without additional cost to the Government. (i.e., all installation, inspection and maintenance costs shall be included in the contract s monthly equipment rental fee for the applicable facility.) Contractor owned equipment shall be kept in good operating condition and appearance, in accordance with applicable regulations, standards and normal good practices. The Contractor shall be provided reasonable access to the bulk oxygen systems for this purpose. 9. Installation of Contractor-Owned Equipment: 9.1. Unless otherwise directed by the using facility, Contractor owned equipment shall be installed by the first day of the period of performance (directed by Contracting Officer) and shall be connected to the medical gas system on that date; provided that the Contractor shall be allowed a maximum of sixty (60) calendar days after receipt of notice of award to complete installation. 9.1.1. If the Contractor s equipment replaces equipment already in use, the exchange of equipment shall be accomplished without interruption of gas supply to the using facility. Contractor installed equipment shall remain the property of the Contractor and shall be removed upon termination of the contract when directed by the ordering facility and in full cooperation with the succeeding Contractor to avoid interruption of gas supply. 9.2. No guarantee is given or implied that data included in the schedule regarding Contractor owned equipment currently located at the facilities is complete and accurate as to the factors affecting the cost of furnishing and installing the required Contractor owned tanks and appurtenances. Contractor is strongly encouraged to visit the facility sites prior to commencement of service and take steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work. Failure to do so shall not relieve you from the responsibility of estimating properly the difficulty and cost of successfully performing the work. 10. Government-Owned Cylinders 10.1. 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 Contracting Officer Representative (COR) at the ordering agency. 11. Invoices 11.1. Contractor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party Contractor, Tungsten Network (Formerly OB10), to transition Contractors from paper to electronic invoice submission. Please go to this website http://www.tungsten-network.com/us/en/veterans-affairs-us/  to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). 11.2. Contractor e-Invoice Set-Up Information: Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: OB10 e-Invoice Setup Information: 1-877-489-6135 OB10 e-Invoice email: VA.Registration@ob10.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov 11.3. A properly prepared invoice shall contain: Invoice Number and Date services were provided Contractor s Name and Address Accurate Purchase Order Number Description of Supply or Service provided Total amount due 12. Special Contract Requirements PER REVIEW OF VA HANDBOOK 6500.6, CONTRACT SECURITY, APPENDIX A- INFORMATION SECURITY AND PRIVACY CHECKLIST: The C&A requirements do not apply and a Security Accreditation Package is not required. Acquisition of this service does not involve the storage, generating, transmitting, or exchanging of VA sensitive information to the Contractor There may exist exposure to VA sensitive information, in particular to sensitive personal information (SPI) while implementing contractual services 12.1. Minimum Statutory Requirements 12.1.1. Prohibition on unauthorized disclosure: Information made available to the Contractor or subcontractor by VA for the performance or administration of this contract or information developed by the Contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the Contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). See VA Handbook 6500.6, Appendix C, paragraph 3.a. 12.1.2. Requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the Contractor/subcontractor has access, the Contractor/subcontractor shall immediately and simultaneously notify the COTR, the designated ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a 12.1.3. Requirement to pay liquidated damages in the event of a data breach: Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the Contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the Contractor/subcontractor processes or maintains under this contract. 12.1.4. The Contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. 12.1.5. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information shall or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.6 Handbook, Contract Security, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Page 17 of 20 All interested companies shall provide Quotations for the following: Item Number Description Comment Quantity Unit of Measure QUANTITY REQUESTED UNIT OF PURCHASE CODE UNIT OF PURCHASE TEXT/DESC. SPECIAL REMARKS Cost 0001 Oxygen, Bulk, per cubic foot Oxygen, Bulk, per cubic foot 35000 CF 35000 CF CUBIC FOOT Oxygen, Bulk, per cubic foot 0002 Tank Rental per month Tank Rental per month 12 MO 12 MO MONTH Tank Rental per month 0003 Emergency delivery Fee, billed as needed, approx. 4 times per year Emergency delivery Fee, billed as needed, approx. 4 times per year 4 EA 4 EA EACH Emergency delivery Fee, billed as needed, approx. 4 times per year 0004 Telemetry Charges, per month Telemetry Charges, per month 12 MO 12 MO MONTH Telemetry Charges, per month 0005 HAZMAT FEE per month HAZMAT FEE per month 12 MO 12 MO MONTH HAZMAT FEE per month 0006 Delivery Fee, Per Month Delivery Fee, Per Month 12 MO 12 MO MONTH Delivery Fee, Per Month 01 April 2021 31 March 2022 Base Year Total: 1001 Oxygen, Bulk, per cubic foot Oxygen, Bulk, per cubic foot 35000 CF 35000 CF CUBIC FOOT Oxygen, Bulk, per cubic foot 1002 Tank Rental per month Tank Rental per month 12 MO 12 MO MONTH Tank Rental per month 1003 Emergency delivery Fee, billed as needed, approx. 4 times per year Emergency delivery Fee, billed as needed, approx. 4 times per year 4 EA 4 EA EACH Emergency delivery Fee, billed as needed, approx. 4 times per year 1004 Telemetry Charges, per month Telemetry Charges, per month 12 MO 12 MO MONTH Telemetry Charges, per month 1005 HAZMAT FEE per month HAZMAT FEE per month 12 MO 12 MO MONTH HAZMAT FEE per month 1006 Delivery Fee, Per Month Delivery Fee, Per Month 12 MO 12 MO MONTH Delivery Fee, Per Month 01 April 2022 31 March 2023 Option Year 1 Total: 2001 Oxygen, Bulk, per cubic foot Oxygen, Bulk, per cubic foot 35000 CF 35000 CF CUBIC FOOT Oxygen, Bulk, per cubic foot 2002 Tank Rental per month Tank Rental per month 12 MO 12 MO MONTH Tank Rental per month 2003 Emergency delivery Fee, billed as needed, approx. 4 times per year Emergency delivery Fee, billed as needed, approx. 4 times per year 4 EA 4 EA EACH Emergency delivery Fee, billed as needed, approx. 4 times per year 2004 Telemetry Charges, per month Telemetry Charges, per month 12 MO 12 MO MONTH Telemetry Charges, per month 2005 HAZMAT FEE per month HAZMAT FEE per month 12 MO 12 MO MONTH HAZMAT FEE per month 2006 Delivery Fee, Per Month Delivery Fee, Per Month 12 MO 12 MO MONTH Delivery Fee, Per Month 01 April 2023 31 March 2024 Option Year 2 Total: 3001 Oxygen, Bulk, per cubic foot Oxygen, Bulk, per cubic foot 35000 CF 35000 CF CUBIC FOOT Oxygen, Bulk, per cubic foot 3002 Tank Rental per month Tank Rental per month 12 MO 12 MO MONTH Tank Rental per month 3003 Emergency delivery Fee, billed as needed, approx. 4 times per year Emergency delivery Fee, billed as needed, approx. 4 times per year 4 EA 4 EA EACH Emergency delivery Fee, billed as needed, approx. 4 times per year 3004 Telemetry Charges, per month Telemetry Charges, per month 12 MO 12 MO MONTH Telemetry Charges, per month 3005 HAZMAT FEE per month HAZMAT FEE per month 12 MO 12 MO MONTH HAZMAT FEE per month 3006 Delivery Fee, Per Month Delivery Fee, Per Month 12 MO 12 MO MONTH Delivery Fee, Per Month 01 April 2024 31 March 2025 Option Year 3 Total: 4001 Oxygen, Bulk, per cubic foot Oxygen, Bulk, per cubic foot 35000 CF 35000 CF CUBIC FOOT Oxygen, Bulk, per cubic foot 4002 Tank Rental per month Tank Rental per month 12 MO 12 MO MONTH Tank Rental per month 4003 Emergency delivery Fee, billed as needed, approx. 4 times per year Emergency delivery Fee, billed as needed, approx. 4 times per year 4 EA 4 EA EACH Emergency delivery Fee, billed as needed, approx. 4 times per year 4004 Telemetry Charges, per month Telemetry Charges, per month 12 MO 12 MO MONTH Telemetry Charges, per month 4005 HAZMAT FEE per month HAZMAT FEE per month 12 MO 12 MO MONTH HAZMAT FEE per month 4006 Delivery Fee, Per Month Delivery Fee, Per Month 12 MO 12 MO MONTH Delivery Fee, Per Month 01 April 2025 31 March 2026 Option Year 4 Total: Total Contract Cost: Combined Synopsis/Solicitation for Commercial Items Page 9 of 9 NO REFURBISHED OR GRAY MATERIAL ALLOWED ALL EQUIPMENT MUST BE COVERED BY THE MANUFACTURERS WARRANTY Award shall be made to the offeror whose quotation offers the best price to the Government. Basis of Award I. BASIS FOR AWARD - Award will be based on a comparative analysis of all offers received. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical, and past performance. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the equipment and services quoted. The Government will compare quotes to one another to select the equipment that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Once the Government determines there is/are a contractor(s) that can provide equipment that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues. The full text of FAR provisions or clauses March be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JUN 2020] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2020] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms andConditions Required to Implement Statutes or Executive Orders [OCT 2020] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [JUN 2020] 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [JUN 2020] 52.217-8 Option to Extend Services (NOV 1999) The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be those rates in effect under the contract each time an option is exercised under this clause. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.�52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-28 Post Award Small Business Program Representation [MAY 2020] 52.222-3 Convict Labor [JUN 2003] 52.222-19 Child Labor [JUL 2020] 52.222-21 Prohibition of Segregated Facilities [APR 2015] 52.222-26 Equal Opportunity [SEP 2016] 52.222-35 Equal Opportunity for Veterans [JUN 2020] 52.222-36 Equal Opportunity for Workers with Disabilities [JUN 2020] 52.222.37 Employment Reports on Veterans [JUN 2020] 52.222-50 Combating Trafficking in Persons [OCT ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a427f76618f42ef8c51e1c652cdae1f/view)
 
Place of Performance
Address: Ralph H. Johnson VAMC Charleston VA Medical Center 109 Bee St Charleston, SC 29401-5703, Charleston, SC 29403, USA
Zip Code: 29403
Country: USA
 
Record
SN05890070-F 20210114/210112230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.