SOURCES SOUGHT
68 -- Liquid Nitrogen Deliver for VA Boston Dermatology
- Notice Date
- 8/23/2023 9:17:00 AM
- Notice Type
- Sources Sought
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q1042
- Response Due
- 8/29/2023 2:00:00 PM
- Archive Date
- 11/27/2023
- Point of Contact
- Joshua Davis, Contracting Officer, Phone: 781-687-2000
- E-Mail Address
-
joshua.davis5@va.gov
(joshua.davis5@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 325120, (Industrial Gas Manufacturing) with a size standard 1200 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Liquid Nitrogen Deliveries and Storage Tank leases at VA Boston per the requirements below. Refer to the Statement of Work below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Statement of Work. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to provide these services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 29 August 2023. All responses under this Sources Sought Notice must be emailed to Joshua Davis at joshua.davis5@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 STATEMENT OF WORK GENERAL INFORMATION Title of Project: LN2 Delivery Service Contract Scope of Work: The contractor shall provide and deliver Liquid Nitrogen (LN2) to the VA Boston Dermatology Section at three campuses; Jamaica Plains, West Roxbury, and Brockton. The contractor will provide storage tanks on a lease basis to each site. The contractor will provide all equipment, labor, materials, tools, parts, transportation, supervision, and disposal necessary to distribute and supply LN2 to the Sections. Price should include cost of delivery, delivery charges, and leasing/rental costs of the containers at each campus. The contractor is responsible for dispensing LN2 into the holding tank(s). Frequency of delivery and delivery volumes will ultimately vary and depend on usage, as well as remaining tank volume at time of delivery. A delivery schedule will be agreed upon and set by the VA and the contractor. Deliveries will occur according to the schedule; however, the VA will maintain the right and/or ability to place additional requests when needed. The VA Dermatology Clinic uses Liquid Nitrogen to therapies for veterans at all three sites. This usage has major impacts on LN2 supply and delivery systems, most notably the increase in demand. Not only will the contractor be responsible for delivering LN2 on a routine basis and as requested, but they will also be responsible for responding to fluctuating (most likely increasing) LN2 demands. The existing tank has a capacity of up to 200 gallons. The Contractor shall install a telemetry device to monitor the LN2 levels. In addition to providing and delivering LN2, the contractor will provide a LN2 expert to physically perform an annual safety inspection of the entire LN2 system. The inspection includes (but is not limited to): external (aka bulk) tank, LN2 line, joints, seals, gaskets, and relief valves. At the conclusion of the inspection, the LN2 expert will provide a summary report detailing any deficiencies and needed corrective actions. The report is to be provided within 5 workdays from the initial physical inspection. Historically, Dermatology section has used an estimated 3 cylinder s worth of Liquid Nitrogen between the three sites. Usage is between 100-150 gallons per site per month. Additional usage will increase during spring to accommodate fellowship program with affilaites. Background: VA Boston Dermatology Section uses LN for cryo-therapy procedures for Veterans. These include cryotherapy, minimally invasive procedure that uses the liquid nitrogen to freeze and destroy abnormal tissue. This can be used to treat actinic keratosis, warts, seborrheic keratosis, skin tags, moles, and keloids. Liquid nitrogen can be used as a vasoconstrictor and used to treat spider veins, telangiectasias, and rosacea. Finally, it can be used to promote wound healing by reducing inflammation and swelling. Dermatology section regularly uses LN in it s clinical operations. Performance Period: : Performance Period shall be 12 months from date of contract award and include 4 (12 month) Option Years. Type of Contract: Firm, Fixed Price 6. Place of Performance: Deliveries will be made to all three campuses VA Boston Healthcare System 150 South Huntington Avenue Boston, MA 02130 VA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 VA Boston Healthcare System 1400 VFW Parkway West Roxbury, MA 02132 GENERAL REQUIREMENTS Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task/Deliverable One: The contractor shall provide and deliver Liquid Nitrogen (LN2) to the place of performance on per unit basis. Delivery will occur consistent to the schedule presented in Task/Deliverable 1 and/or agreed to after award, or as requested by the VA. The contractor is responsible for dispensing LN2 into the tank. The tank will be filled to capacity each delivery. Task/Deliverable Two: The VA will also maintain the right and/or ability to place orders against the contract in addition to those occurring within the agreed upon delivery schedule. Delivery order conditions are outlined below in section 2. Task/Deliverable Three: The contractor will make deliveries during off hours of the main hospital; any time before 7:00AM and any time after 6:00PM, Monday Friday, unless specified or requested otherwise by the VA. Deliveries will not occur during the hours of 7:00AM -6:00PM, Monday Friday, unless specified or requested otherwise by the VA, because it will impact normal hospital traffic and functions. Task/Deliverable Four: The contractor will be responsible for responding to and accommodating fluctuating demand/need for LN2. The most likely change will be an increase in demand due to the new system and the number of samples that continue to come into the lab daily. The VA will do its best to project out and estimate need, but the contractor will ultimately be responsible for accommodating fluctuations in LN2 need. For example, if the VA needs 2 deliveries in one month and 6 deliveries the next month, and 1 delivery the third month, the contractor must meet this need. Task/Deliverable Five: The contractor will provide a LN2 expert to physically perform an annual safety inspection of the entire LN2 system. The inspection includes (but is not limited to): external (aka bulk) tank, LN2 line, joints, seals, gaskets, and relief valves. At the conclusion of the inspection, the LN2 expert will provide a summary report detailing any deficiencies and needed corrective actions. The report is to be provided within 5 workdays from the initial physical inspection. Delivery Orders: Deliveries will occur as outlined in the delivery schedule. Deliveries will also be made at the request of the VA as outlined in Section B General Requirements. Delivery orders can be placed by email, telephone, and/or fax transmission. Requests for delivery from the VA will be made during regular business hours; Monday Friday, 8am - 4:30pm. Delivery shall be required within one (1) to two (2) calendar days from the time of formal notification by the ordering service. The delivery order shall specify: contract item(s), quantity, time(s) of delivery, and applicable VA order number. Deliveries MUST occur off hours of the main hospital; any time before 7:00AM and any time after 6:00PM, Monday Friday, unless specified or requested otherwise by the VA. Deliveries will not occur during the hours of 7:00AM -6:00PM, Monday Friday, unless specified or requested otherwise by the VA, because it will impact normal hospital traffic and functions. Usage: Projected LN2 use for FY24 is 3,000 gallons, which is an estimate based on how much LN2 will be required for current patient volume. Deliveries shall occur approximately every 4 weeks. Frequency of FY24 deliveries is subject to change due to fluctuations in usage, as indicated in the C.1 above. Usage and frequency of delivery will change, and the contractor must respond to these changes. Facilities: There are three tanks, one at each location at the VA Boston Healthcare System. The capacity of this tank is 11,000 gallons. The tank is located along the main egress of the hospital; the tank is external to the lab and hospital and accessible from the egress. The tank is in a fixed position located on top of a concrete pad. Deliveries will be made to this tank on a continual basis. The current tank is owned by the VA. Emergency Orders: For an emergency order, delivery shall occur within 24 hours of formal notification by the service. Emergency orders are to be included in the deliverables for that station. Should the emergencies result in additional deliveries being required, the Government will modify the contract to add additional deliveries at the rates identified in that Line Item. Authorized Personnel: All VA Boston Dermatology personnel are authorized to place orders under this agreement provided those orders do not exceed the total line item quantities and total value. The Contractor shall not further orders unless the Contracting Officer has issued a formal modification to increase both the quantity and total price. Any work undertaken outside of the scope of this contract and/or without a formal contract modification signed by both parties shall not be reimbursed. D. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a845ef2ab14b4db99d8520316ad933e8/view)
- Place of Performance
- Address: Multiple VA Campuses in Boston - See SOW
- Record
- SN06804492-F 20230825/230823230104 (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 |