Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOLICITATION NOTICE

68 -- Miami VA Medical Center Bulk Liquid Oxygen

Notice Date
10/24/2022 7:35:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0059
 
Response Due
10/28/2022 9:00:00 AM
 
Archive Date
11/27/2022
 
Point of Contact
Lakiesha Anderson, Contract Specialist, Phone: 561-618-2398
 
E-Mail Address
lakiesha.anderson@va.gov
(lakiesha.anderson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is an amendment to combined synopsis/solicitation (36C24823Q0059) 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; quotes are being requested, and a written solicitation document will not be issued. Please see correction for questions and closing date. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 dated September 23, 2022. This solicitation is set-aside for SDVOSBs/VOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1,000 employees. The FSC/PSC is 6820. The Bruce W. Carter VA Medical Center / Miami Veterans Healthcare System / 1201 Northwest 16th Street / Miami, FL 33125-1624 is seeking to award a Base Year plus Four (4) Option Year, Indefinite Delivery Contract (IDC) Requirements Type Contract for the delivery of Bulk Oxygen. The RFQ # is 36C24823Q0059. Site Visit: Location: Miami VA Medical Center, 1201 NW 16th Street, Miami, FL 33125 (West Entrance) Date #1: 21 October 2022, 9:00AM (Must Confirm Attendance NLT 10/20/2022, 3:00PM) Date #2: 25 October 2022, 9:00AM (Must Confirm Attendance NLT 10/24/2022, 3:00PM) Site POC: Upon arrival, if assistance is needed, contract Mr. Jose Gonzalez at (305) 988-5946 Confirmation POC: All planning to attend site visit is required to confirm attendance at Lakiesha.anderson@va.gov. See Attachments: 1. Instructions to Offerors 2. Limitation on Subcontracting Certificate of Compliance 3. Performance Work Statement 4. Cost Schedule 5. Questions/Answers All interested companies shall provide quotations for the following: Supplies/Services Base Plus 4 Option Years Line Item Description Quantity Unit of Measure 0001 BULK OXYGEN TANK RENTAL (6,000 GALLON) TO INCLUDE REMOTE TANK QUANTITY MONITORING BULK OXYGEN TANK RENTAL (1,500 GALLON) TO INCLUDE REMOTE TANK QUANTITY MONITORING 12 MO 0002 SUPPLY MEDICAL GRADE LIQUID BULK OXYGEN TO MIAMI VAMC (ESTIMATED ANNUAL QUANTITY) 97,920 CF 0003 EMERGENCY DELIVERY FEE FOR MIAMI VAMC. 1 EA The contractor shall provide a contractor-owned 6,000-gallon vertical tank with an appropriate back-up system 1,500-gallon vertical tank reserve tank. Interior Concrete Pad size/dimensions are approximately: Dimension: 26ft 10in x 28ft; Thickness: 5 in. Current Main Tank Set Points in Inches: FULL TRYCOCK: 265 inches/6,000 gal. REORDER POINT: 100 inches. LOW LEVEL ALARM: 65 inches. Last Annual Inspection: 2/16/2022 Current Reserve Tank Set Points in Inches: FULL TRYCOCK: 126 inches REORDER POINT: 60 inches. LOW LEVEL ALARM: 40 inches Last Annual Inspection: 2/16/2022 Delivery shall be provided no later than 90 days after receipt of order (ARO). Delivery shall be FOB Destination. Place of Performance/Place of Delivery Address: Bruce W. Carter VA Medical Center Miami Veterans Healthcare System 1201 Northwest 16th Street Miami, FL Postal Code: 33125-1624 Country: UNITED STATES The full text of FAR provisions or clauses may 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (NOV 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2022) Only new equipment is acceptable; no remanufactured, used/refurbished or ""gray market"" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number /Cage Code Point of Contact for submission of orders if awarded a contract Quoted price shall include delivery. All quotes shall be sent to the following email address: Lakiesha.anderson@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified and provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. (End of Provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 10/28/2022 by 12:00 PM (EST) at lakiesha.anderson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below by 10/26/2022 by 12:00 PM (EST). Point of Contact Contracting Specialist Lakiesha Anderson lakiesha.anderson@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0439f6c3ea314511ab767821c89b60c3/view)
 
Record
SN06501314-F 20221026/221024230058 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.