Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

65 -- Bulk Oxygen

Notice Date
1/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV11T0079
 
Response Due
2/26/2011
 
Archive Date
4/27/2011
 
Point of Contact
Valerie DeVeaux, (706) 787-8438
 
E-Mail Address
Southeast Regional Contracting Office
(valerie.deveaux@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-11-T-0079. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The North American Industry Classification System Code (NAICS) for this procurement is: 325120; and the small business size standard is 1000. This requirement is Unrestricted. Eisenhower Army Medical Center, Fort Gordon, GA, has a base plus four (4) option year requirement of non personal Bulk Oxygen Services as stated in the Performance Work Statement (PWS) and Contract Line Item Numbers (CLIN) contained herein. The following FAR Clauses and provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-4, Contract Terms and conditions-Commercial Items, and the Addendum to 52.212-4, Local Clause 5003 applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to include the provisions of 52.203-3, 52.203-6 Alt I, 52.203-12, 52.204-4, 52.204-9, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-51, 52.222-54, 52.223-3, 52.223-5, 52.225-13; 52.228-5, 52.229-6 52.232-18, 52.232-33, 52.233-3, 52.233-4, 52.237-2, 52.237-3, 52.242-13, 52.242-15, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.209-7004, 252.232-7003, 252.232-7010, 252.204-7004 Alt A, 252.243-7001, 252.243-7002, 252.247-7023, 52.217-8 Option to Extend Services - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of expiration date, 52.217-9 Option to Extend the Term of the Contract - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months., 52.252-2, 52.252-6 Authorized Deviations in Clauses - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DOD FAR Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation., 252.212-7001, 52.212-1 Local Provision 5004, 52.204-5, 52.214-34, 52.222-48, 52.233-2, 52.252-1, 252.209-7001, 252.212-7000, 52.212-2 Evaulation - Commercial Items - (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, and (ii) price. Awardee will be the Lowest Priced, Technically Acceptable (LPTA) Offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.; all of which apply to this solicitation. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. The submitted offer must include the following: a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. PERFORMANCE WORK STATEMENT SECTION C.1 GENERAL C.1.1 Scope of Work: The contractor shall provide a supply of medical-grade liquid bulk oxygen and perform delivery to the oxygen storage area located in the loading dock of Eisenhower Army Medical Center (DDEAMC), Bldg 300 Hospital Road, Fort Gordon, Georgia 30905. The Contractor shall furnish all labor, supervision, transportation for delivery services (except as specified in the contract as furnished by the government) as required and necessary for the performance of bulk oxygen deliveries for Dwight David Eisenhower Army Medical Center (DDEAMC), Fort Gordon, Georgia. This contract includes all functions, task and responsibilities normally inherent to a hospital's bulk oxygen deliveries. The Contractor shall establish and maintain a system of records to control and account for work performed. The Contractor shall prepare all administrative correspondence; incidental to work covered by this contract. Prior to first filling of bulk oxygen tanks, contractor shall perform in-service training to include the following facets for contractor-owned and government owned systems: the refill procedure, any preventive maintenance support requirements that may be needed from the medical center systems, and an explanation of all the volume alarms and low pressure set points. The contractor must provide written procedures and training to the hospital members and the Contracting Officer Representative (COR) on all emergency shutdowns or other sudden, unplanned termination of the refilling process. All work under this contract shall be accomplished in accordance with current Joint Commission on Accreditation of Hospitals Manual, amendments or revisions and any regulations, standards, or specifications cited in this contract. Contractor shall monitor tanks by telemetry system and advise hospital personnel of any low pressure within the liquid bulk oxygen tanks. C.1.2 BACKGROUND INFORMATION. Eisenhower has government owned oxygen tanks requiring refill as required. Contractor must properly handle, store and transport USP Oxygen in accordance with all local, state and federal requirements. C.1.3 PERSONNEL. N/A C.1.4 PHYSICAL SECURITY. N/A C.1.5 QUALITY CONTROL. C.1.5.1 The contractor shall establish and maintain a complete Quality Control Plan to ensure that the requirements of the contract are provided as specified in Section C.1.1. C.1.5.2 The plan shall describe the methods for identifying and preventing defects before the level of performance becomes unacceptable. C.1.6 CONTINGENCY PLANS: The Contractor shall furnish with his proposal a written Contingency Plan indicating alternative provisions that may be followed if the Contractor is unable to meet contract requirements. C.1.6.1 DISASTER: In the event of a disaster, to include but not limited to destruction of the facility, sabotage, or act of God or nature, that renders the Contractor's facility unsafe, the Contractor shall determine feasible alternative methods of providing services and make recommendations to the Contracting Officer immediately, as directed by Contracting Officer. The Government reserves the right to obtain the services from other sources in the absence of such action. C.1.7 QUALITY ASSURANCE. The government will evaluated the contractor's performance under this contract using the method of surveillance specified in C.5.5. All surveillance observations will be recorded by the government. C.1.8 HOUR OF OPERATION. C.1.8.1 Normal Hours. DDEAMC Warehouse hours of operation are from 7:00 am to 4:00 pm EST Monday through Friday. The facility observes all Federal Holidays as follows: January 1 New Years Day 3rd Monday in Jan Martin Luther King, Jr. Birthday 3rd Monday in Feb Presidents Day Last Monday in May Memorial Day July 4th Independence Day 1st Monday in Sep Labor Day 2nd Monday in Oct Columbus Day November 11th Veterans Day 4th Thursday in Nov Thanksgiving December 25th Christmas Day The facility also observes various Training Holidays, which there will be reduced staff, in conjunction with Federal Holidays. DDEAMC observed Training Holidays are updated annually. Contact the COR for the current list of observed Training Holidays. C.1.9. Emergency Services. The contractor shall be able to provide and comply with a 24-hour emergency, urgent on-site response when required. SECTION C.2 DEFINITIONS C.2.1 STANDARD DEFINITIONS C.2.1.1 USP Oxygen: USP Oxygen is a gaseous element existing free in the air. C.2.1.2 Contracting Officer (KO): A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. C.2.1.3 Contracting Officer Representative (COR): An individual designated by the contracting officer to act as his representative to assist in the administering a contract. The source and authority for a COR are contained in the written letter of designation. C.2.1.4 Customer Complaint: A means of documenting certain kinds of contract service problems. C.2.1.5 Defective Performance: A service output that does not meet the standard of performance associated with it in the Performance Work Statement (PRS). C.2.1.6 Government Property: All property owned or leased to the government or acquired by the government under the terms of the contract. Government property includes both government furnished property and contractor acquired property as defined in the Federal Acquisition Regulation (FAR) 45.101. C.2.1.7. Material Safety Data Sheet (MSDS): A document that contains information on the potential health effects of exposure to chemicals, or other potentially dangerous substances, and on safe working procedures when handling chemical products. C.2.1.8 Performance Work Statement (PWS): Identifies the key service outputs of the contract that will be evaluated by the government to assure contract performance standards are met by the contractor. C.2.1.9 Quality Assurance (QA): Those actions taken by the government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. C.2.1.10 Quality Assurance Surveillance Specifications and Requirements: An organization written document used for the quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor. SECTION C.3: GOVERNMENT FURNISHED PROPERTY AND SERVICES C.3.1 Oxygen Tanks. DDEAMC has two government owned oxygen tanks. 3,000 gallon tank and a 525 gallon back up tank. Tanks are located in caged area in loading dock area of Bldg 300. C.3.2 The government shall make available to the contractor, access to the caged area where tanks are to be refilled. C.3.3 The government property made available under this contract shall be for use only in the performance of the resulting contract. SECTION C.4 CONTRACTOR FURNISHED ITEMS AND SERVICES C.4.1 The contractor shall provide all labor and equipment necessary to perform the required services. Contractor owned equipment shall be installed, inspected, and maintained by the contractor without additional cost to the Government. 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. SECTION C.5 SPECIFIC TASKS C.5.1 Oxygen shall conform to the standards in the United States Pharmacopeia/National Formulary (USP/NF) unless otherwise stated. C.5.2 Deliveries shall be made prior to 10:00 a.m. on days of delivery. At any time that the tank's low level alarm sounds, the contractor shall deliver next day, no later than time specified above. Any deviation from Delivery Schedule requires prior coordination with the COR. Tanks will 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 COR. C.5.3 The contractor shall give notice 30 days prior and reschedule for any non-federal holidays the contractor might observe. Coordination shall be made with the Contracting Officer Representative (COR). C.5.4 Emergency Service. The contractor shall be available 24 hours a day, seven days a week, including all holidays, to meet emergency requirements. The contractor shall provide an on-call number, acknowledge receipt of call within one hour, and make required deliveries within eight hours of emergency notification. 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. Delivery instructions: Delivery prior to 10:00 a.m. Contractor driver must contact hospital personnel to gain access to enclosure for main and reserve tanks. Contact phone number is (706)787-3668/ 2740 or the Contracting Officer Representative (COR) at (706)787-2749. Tank Capacity: 3,000 gallon main, 525 gallon reserve C.5.5 Quality Assurance Specifications and Requirements. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. C.5.5.1 All medical gas manufacturers and fillers of medical gases must be registered with FDA as drug manufacturers. All oxygen shall be manufactured, processes, 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). C.5.5.2 All 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.) C.5.5.3 The contractor's paperwork (e.g. shipping order) accompanying each delivery shall give the total amount of oxygen delivered. The contractor shall also state the amount of oxygen in the tank before and after filling. A valid "Certificate of Analysis" shall be provided with each delivery of liquid oxygen. The certificate shall include, at a minimum: a. Supplier's Name and complete address b. Name of product (i.e. Oxygen U.S.P) c. An Air Liquefaction Statement where appropriate d. Lot number or other unique identification number e. Actual analytical results for full U.S.P. monograph testing. (A statement that only states that the product meets purity of 99.5% etc, is not acceptable) f. Test method used to perform the analysis. (A statement such as "Meets U.S.P. specifications" is not acceptable; nor is "Tested via Servomex" unless the specific model number is provided.) g. Signature of authorized supplier representative and date. C.5.6 Contractor shall provide all applicable Material Safety Data Sheets (MSDS) upon initial delivery or as revisions, updates, or amendments become available, applicable materials, components/supplies utilized in the production/fabrication of end item/product being delivered requiring a MSDS. C.5.7 A copy of all inspection reports shall be provided to the facility COR upon the completion of any contractor owned or government owned bulk oxygen system that are required by regulation. SECTION C.6 APPLICABLE PUBLICATION AND FORMS The following is a list of some of the regulations and standards that are applicable to this contract. The list is not comprehensive, and the contractor is responsible for ensuring that all products, equipment and services provided under the contract are in compliance with applicable Federal, State, and local regulations. If applicable, the editions in effect as of the date of this solicitation are listed. Contractor is responsible for remaining compliant with any future revisions that are effective at the time of contract performance. Title 21, Code of Federal Regulations, Part 210 & 211- CGMP- Regulations for supplying medical grade oxygen 29 CFR 1910.102 Applies to the installation of bulk oxygen systems on industrial and institutional consumer premises 49 CFR- Transportation Federal Food, Drug and Cosmetic Act NFPA 50- Standards for Bulk Oxygen Systems at Consumer Sites, 2001 Edition NFPA 99- Standards for Health Care Facilities, 2005 Edition U.S.P. 23 Density data and volume measurement equivalents published in Compressed Gas Association Pamphlet No. P-6, titled "Standard Density Data, Atmospheric Gases and Hydrogen", shall be used when necessary to convert measurements of gases from one form to another. For example, the following conversion factor shall apply for conversion from gallons to cubic feet. Calculation based on data in CGA P-6 1ft liquid O2= 860.6 ft gas (Table 1) 1ft liquid O2= 7.48052 gal (Table 2) Therefore 7.48052 gal (1ft ) liquid O2= 860.6 ft gas 1 gal liquid O2 = 115.05 ft gas or commonly quoted as 1 gal liquid O2 = 115.1 ft CLIN 0001: BASE YEAR DATE OF AWARD - 30 SEP 2011 CLIN 0001AA: (12) EA: TELEMETRY RENTAL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 0001AB: (110,000) BULK OXYGEN USP UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 0001AC: DELIVERY CHARGE UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 0001AD: HAZMAT FEE UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 0001AE: FUEL AND ENERGY SURCHARGE UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 1001: OPTION YEAR 1 1 OCT 2011 - 30 SEP 2012 CLIN 1001AA: (12) TELEMETRY RENTAL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 10001AB: (110,000) BULK OXYGEN USP UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 2001: OPTION YEAR 2 1 OCT 2012 - 30 SEP 2013 CLIN 2001AA: (12) TELEMETRY RENTAL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 20001AB: (110,000) BULK OXYGEN USP UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 3001: OPTION YEAR 3 1 OCT 2013 - 30 SEP 2014 CLIN 3001AA: (12) TELEMETRY RENTAL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 3001AB: (110,000) BULK OXYGEN USP UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 4001: OPTION YEAR 4 1 OCT 2014 - 30 SEP 2015 CLIN 4001AA: (12) TELEMETRY RENTAL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 4001AB: (110,000) BULK OXYGEN USP UNIT PRICE: $__________, TOTAL CLIN $_________ Quote all or none. Quote Brand name or equal. If submitting a quote for a substitute item, please provide full specifications to allow technical evaluation by the end-user. The delivery terms will be for all material to be delivered on or about 30 days after receipt of order. The preffered shipping method is FOB destination. Offeror shall indicate on their price quote if shipping method will be other than FOB Destination. The government anticipates awarding a single award for this requirement. To be delivered to: Eisenhower Army Medical Center, ATTN: Ms. Lisa Branch, 300 Bldg 300 Tammis, East Hospital Road, Fort Gordon, GA 30905-5000. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Valerie DeVeaux via fax at (706) 787-6573 or e-mail: Valerie.DeVeaux@amedd.army.mil by 26 February 2011, 4:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV11T0079/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02367139-W 20110128/110126234229-4a48cbf7b4d0a719fc8cc9edb3ef354f (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.