DOCUMENT
65 -- Cylinder Oxygen - Attachment
- Notice Date
- 3/20/2018
- Notice Type
- Attachment
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
- ZIP Code
- 20422
- Solicitation Number
- 36C24518Q0151
- Archive Date
- 6/27/2018
- Point of Contact
- Contract Specialist
- E-Mail Address
-
.gall@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veteran Affairs Washington DC Medical Center has issued solicitation number 36C24518Q0151 as a Request for Quotation (RFQ). 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; offers are being requested and a solicitation is attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The NAICS Code is 325120, Industrial Gas Manufacturing; Small Business Size Standard is 1,250 Employees. The Contractor shall deliver the following items, FOB Destination. Delivery shall be completed within thirty (30) calendar days ARO, to the following address: The Department of Veteran Affairs Warehouse 50 Irving Street NW Washington, DC 20422 CLIN Number Item Number Description Quantity Unit 0001 AR HP6K Argon HP GR 4.8 Size 6K - 6000 20 CY 0002 CD USP50 Carbon Dioxide USP 50LBS CGA 120 CY 0003 CD USPE Carbon Dioxide USP Size E CGA 150 CY 0004 CD USPEA Carbon Dioxide USP Size EA CGA 5 CY 0005 HE USPM4 Helium USP Size M4 CGA 930 5 CY 0006 HE UHP6K Helium UHP GR 5.0 Size 6K CGA 15 CY 0007 NI NF200 Nitrogen NF Size 20 CGA 580 65 CY 0008 NS USP56 Nitrous Dioxide USP 56LBS CGA 326 25 CY 0009 NS USPE Nitrous Oxide USP Size E CGA 16 CY 0010 OX 200 Oxygen USP Industrial Size 200 CGA 5 CY CLIN Number Item Number Description Quantity Unit 0011 OX USP125 Oxygen USP Size 125 CGA 540 5 CY 0012 OX USP200 Oxygen USP Size 200 CGA 540 15 CY 0013 OX USPD Oxygen USP Size D CGA 870 15 CY 0014 OX USPE Oxygen USP Size E CGA 870 30 CY 0015 OX USPEAWBDS Oxygen USP Size EA with WALK-O2-BOUT REG/DISS Integrated Valve/Regulator 3200 CY 0016 OX USPEWBDS Oxygen USP Size E with WALK-O2-BOUT REG/DISS Integrated Valve/Regulator 15 CY 0017 SECEXPEDITE Services Fee Expedited Delivery 49 EA 0018 RNTCYLMED Rent Cylinder Medical 104040 EA Please include shipping in the quote. NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) Questions pertaining to this solicitation must be sent by e-mail only to: Saadia.Gall@va.gov no later than 12:00 pm ET, March 22, 2018. Telephone inquiries will not be accepted. Questions received after the specified date and time will not be considered. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. *NOTE* SDVOSBs and VOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. Offerors are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Offers are due at 8:00 A.M. ET on March 26, 2018. All submissions must be submitted through email. No quotes will be accepted through phone. Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information printed on each offer: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address Evaluation Process: The Government intends to award a purchase order resulting from this solicitation using the evaluation method Lowest Price Technically Acceptable. Offerors pricing will be reviewed for reasonableness and realism. For evaluation purposes the lowest price will be determined by calculating the total price of Contract Line Item Numbers (CLINs) in order to determine a total amount. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Statement of Work (SOW) Cylindrical Oxygen Liquid The Washington DC VA Medical Center intends to secure medical air gases. The period of performance for the Statement of Work will be performed from the April 1, 2018 through September 30, 2018. The medical center makes no commitment to continue the services provided under this Statement of Work beyond September 30, 2018. We serve a patient population with multiple risk factors as wells as clinical procedures that requires medical gases during and after procedures. In our efforts to meet the routine and non-routine needs of the veteran as well as compliance with Medical Air Gas directives a one vendor specialty supplier is needed to maintain patient safety. The overall scope of services is the placement of Biological Atmospheres, Carbon Dioxide, Helium, Device and Drug Gases, Laser Gases, Nitrogen, Nitrous Oxide, Oxygen, Anesthetic Blends, Sterilants, and other medical mixes as needed to the medical center. Its purpose shall be to: The COR Nicholas Wiggins is authorized to place orders as needed based on the needs of the medical staff. A standard Par volume of each type of gas will be maintained at all times. The gases will be provided in Cylindrical Gas requirements as well as labeling requirements if requested by the medical center. ADMINISTRATIVE ITEMS Clinic Operating Hours: The contractor will provide services (deliveries) on Tuesdays, Wednesday and Fridays. The hours for deliveries will be 0700-1730 hours. All used containers will be picked up by the contractor when new deliveries are being made. Status Meetings: Contractor, Contracting Officer and COR will meet on an as needed basis to evaluate overall effectiveness of the contract, resolve problems and improve policies and procedures. Medical Center Contact Information: Calvin Neal, Chief Logistic Service (202) 745 8000 ext. 55339 Nicholas Wiggins, Acquisition Utilization Specialist (202) 745-8000 ext. 52332 Kristian Price, Warehouse Supervisor (202) 745-8000 ext. 52259 Personnel: Personnel Policy: The Contractor will, at all times, demonstrate a high level of courtesy and consideration when providing services to the patient/primary caregiver. All Contractors performing work under this contract will be a minimum of eighteen (18) years of age or older, as required by law. All Contractor assigned by the contractor to work on this contract will be physically able to safely and adequately perform their duties. Personnel/Equipment/Supplies/Forms: Contractor shall provide any personal equipment or other personal items in sufficient quantities to perform their assigned tasks during the delivery and pick-up process. Organizational Relationship: The parties agree that the Contractor shall not be considered VA employees for any purpose. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. Invoicing: The invoice shall contain the contractors name, address, and telephone number, name of the type of medical gas, amount of each type of gas delivered, and charge amount for each item delivered. The invoice will provide a breakdown of all services provided for the previous week. The contractor shall not invoice until all required documentation is complete. If the supporting documentation has not been completed before the invoice is received by the COR at the medical center, the invoice shall be considered incomplete and will be returned. The invoice may be resubmitted after completion of all required documentation. However, for the purpose of computing interest under the prompt payment act, invoice receipt date shall be the date the resubmitted invoice is received by the COR at medical center or at the payment processing center in Austin Texas. Payment: All payments made under the contract will be made, in arrears, upon submission of a properly prepared invoice for the services furnished in the previous month. No advance payments will be authorized. Contractor shall contact the Purchasing Agent at medical facility should they not receive payment within 60 calendar days of submission of a proper invoice. Contractor shall submit invoices to the VA payment offices in Austin Texas. Invoices without proper documentation will be returned. Payments under this contract will be made in accordance FAR 52.232-34, Payment by Electronic Funds Transfer Other Than Central Contractor Registration. The Company will provide the appropriate form and account information for electronic transfer. Payments made by the medical center under this contract shall constitute the total cost of services provided by the Company. The Company hereby agrees that in no event shall the Company bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against the beneficiary, the beneficiary s family, private insurer, Medicare or any other entity acting on the beneficiary s behalf, for services provided pursuant to this contract. Billings rendered by the Company to the medical facility for services furnished to VA beneficiary under the terms of this contract shall be billings in full. ADP Security Responsibilities: If contractor has access to printed and/or electronic files containing sensitive information in the performance of official duties, all information or data must be protected under the provision of the Privacy Act of 1974 and other applicable laws and regulations. The contractor is responsible for: 1) Protecting the information from unauthorized release, from loss, alteration or unauthorized deletion; and 2) Following applicable regulations and instructions regarding access to computerized files, release of access codes, etc. as set out in the computer access agreement and VA Policy Memorandums. Amendments: In accordance with FAR 52.212-4 the services specified in this contract may be changed only by written modification to this agreement. The VA Contracting Officer will prepare the modification and have both parties approve the modification. Abbreviations and Definitions: Contracting Officer (CO): The representative of the Washington DC VA Medical Center who has the authority to enter into, administer, terminate, modify, approve changes, or otherwise represent and bind the DCVAMC in all matters arising under or relating to this agreement. Contracting Officer s Representative (COR): Individual(s) who furnishes technical guidance and advice or generally supervises the work performed under the contract. Designations will be in writing and will define the scope and limitation of the representative's authority. (END OF STATEMENT OF WORK)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/36C24518Q0151/listing.html)
- Document(s)
- Attachment
- File Name: 36C24518Q0151 36C24518Q0151.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163872&FileName=36C24518Q0151-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163872&FileName=36C24518Q0151-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24518Q0151 36C24518Q0151.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163872&FileName=36C24518Q0151-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Acquisition & Material Management;50 Irving Street NW;Washington, DC
- Zip Code: 20422
- Zip Code: 20422
- Record
- SN04860836-W 20180322/180320231423-85ea9f5a363c2d80675d3c0f24529e1a (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 |