Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOLICITATION NOTICE

68 -- BPA for Medical Gases

Notice Date
7/21/2020 8:05:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH20T0003
 
Response Due
8/20/2020 5:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
Hugo Robinson, Phone: 3016197811
 
E-Mail Address
hugo.m.robinson.civ@mail.mil
(hugo.m.robinson.civ@mail.mil)
 
Description
The Contractor shall furnish the gas products and services ordered by the Contracting Officer or a designated ordering officer starting approximately 18 December 2020 through 17 December 2025. Total call orders against this BPA will not collectively exceed $2,950,000.00. 1.1. The acquisition is unrestricted for full and open competition with a NAICS code of 325120. 1.2. The Government expects to award one BPA resulting from this solicitation. All resultant Call Orders will be Firm Fixed Price. 2. EXTENT OF OBLIGATIONS 2.1. The Government is obligated only to the extent of authorized purchases ordered and received under the resultant BPA. 2.2. Individual Call Orders shall not exceed $700,000.00 in accordance with AFARS 5113.303-5. The collective maximum amount of all Call Orders issued against the resultant BPA for the Five (5) Year Ordering Period shall not exceed $2,950,000.00.� Ordering Officers with a Government Purchase Card (GPC) are limited to $25,000.00 for each Call Order. 2.3 The Contractor�s commercial price list will be incorporated into this agreement. The price list in effect at the time of BPA award will be used to determine the price of any resultant Call Order, less any discounts offered by the Contractor. 3. ISSUANCE OF CALL ORDERS 3.1. All gas deliveries under the resultant BPA will be set forth in individual Call Orders. All Orders will be issued in accordance with (IAW) the requirements and all clauses listed in this solicitation. 3.2. The anticipated collective maximum amount of all Call Orders issued against the resultant BPAs for the five (5) year ordering period will not exceed $2,950,000.00. 3.3. Issuance of verbal or oral Orders are authorized under the resultant BPA for the GPC Ordering Officers and the USAMRAA Contracting Officer. Call Orders issued by the USAMRAA Contracting Officer will be on a DD 1155 or SF 1449. � 4. Period and Place of Delivery Requirements 4.1. The proposed Period of Performance for the resultant BPAs is a five (5) year ordering period beginning on 18 December 2020. Ordering Period:� 18 December 2020 � 17 December 2025 4.2. Place of delivery. The contractor shall deliver gas products to various locations within the Continental United States (CONUS) as Free-on-Board (FOB) Destination issued under the resultant BPA. The delivery locations will be noted on each call order or noted at time GPC order is placed: The below list are locations: --AFMES, 115 Purple Heart Drive, Dover AFB, DE 19902 --USAARL, 6901 Farrel Road, Ft. Rucker, AL 36362 --USAMRICD, 3100 Ricketts Point Rd, Aberdeen, MD 21702 --USAMRIID, 1425 Porter Street, Fort Detrick, MD 21702 --USARIEM, General Green Ave. Natick, MA 01760 --WRAIR, 503 Robert Grant Ave, Bldg. 503, Silver Spring, MD 20910 --WRAIR, PBF, 503 Robert Grant Ave., Bldg. 501,� Silver Spring, MD 20910 5. Inspection and Acceptance � 5.1. Certification by the Government of satisfactory goods or services provided is contingent upon the vendor performing in accordance with the terms and conditions of the resultant BPA and all Call Orders issued against the BPA. Items will be returned to vendor if they do not meet specifications specified in the Call Order at receipt inspection. 5.2. The Government point of contact (POC) may reject or require correction of any deficiencies found in the invoice or receiving report. In the event of a rejected invoice or receiving report, the vendor will be notified in writing by the Government POC with the specific reasons for rejection. 6. Authorized Agencies � The following offices are hereby authorized to place Orders under the resultant BPAs: --U.S. Army Medical Research Acquisition Activity (USAMRAA), 820 Chandler St., Fort Detrick, MD 21702 --Armed Forces Medical Examiner System (AFMES), 115 Purple Heart Drive, Dover AFB, DE 19902 --U.S. Army Aeromedical Research Laboratory (USAARL), 6901 Farrel Road, Ft. Rucker, AL 36362 --U.S. Army Medical Research Institute of Chemical Defense (USAMRICD), 3100 Ricketts Point Rd, Aberdeen, MD 21702 --U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID), 1425 Porter Street, Fort Detrick, MD 21702 --U.S. Army Research Institute of Environmental Medicine (USARIEM), General Green Ave. Natick, MA 01760 --Walter Reed Army Institute of Research (WRAIR), 503 Robert Grant Ave, Silver Spring, MD 20910 --WRAIR, PBF, 503 Robert Grant Ave., Bldg. 501,� Silver Spring, MD 20910 � INDIVIDUALS AUTHORIZED TO PURCHASE utilizing a Government Purchase Card (GPC) up to $25,000.00:� To be named at time of award. The USAMRAA Contracting Officer and Government Purchase Card (GPC) Ordering Officers will be the only authorized buyers under this BPA. USAMRAA will be authorized to place Orders for other agencies under the Medical Research Materiel Command and other DOD medical agencies, as needed. The position titles of the appointed GPC Ordering Officers will be provided at the time of BPA award. Orders by other individuals will not be honored without prior written approval from the USAMRAA Contracting Officer. � CALL ORDER PROCEDURES The majority of the Call Orders will be placed by the above offices utilizing a Government Purchase Card (GPC). However, the Contracting Activity reserves the right to write Call Orders from the BPA DELIVERY TICKETS FAR 13.303-3(a)(5) requires that all shipments made under this agreement be accompanied by delivery tickets or sales slips that contain the following minimum information: � Name of supplier � BPA number � Date of purchase � Call Order number � Itemized list of items furnished � Quantity, unit price, and extension of each item � Date of delivery or shipment SHIPPING INSTRUCTIONS All items ordered under this BPA are to be shipped FOB Destination. INSPECTION AND ACCEPTANCE Certification by the Government of satisfactory goods or services provided is contingent upon the vendor performing in accordance with the terms and conditions of the resultant BPA and all Call Orders issued against the BPA. Items will be returned to vendor if they do not meet specifications specified in the Call Order at receipt inspection. The Government point of contact (POC) may reject or require correction of any deficiencies found in the invoice or receiving report. In the event of a rejected invoice or receiving report, the vendor will be notified in writing by the Government POC with the specific reasons for rejection. REPORTS Contractor: The contractor shall provide monthly purchasing information for this BPA only to the Contract Specialist administering the BPA and the Contracting Officer detailing products ordered by: � Order number and ordering/Contracting Officer � Product Name and catalog number � Quantity ordered per month and total dollar value � Cumulative total of all orders received during that period If no GPC orders were made in a given quarter, the contractor shall send a report or e-mail stating such. Reports shall be sent via e-mail to hugo.m.robinson.civ@mail.mil. Customers: � Customers shall provide monthly GPC reports for this BPA in a clearly to read format such as Word Document or Excel Spreadsheet via e-mail to the Contract Specialist administering the BPA and the Contracting Officer with the cumulative dollar value of purchases made during that period. Monthly reports will be due the last day of each month. PGI 204.604� Responsibilities. Contract action reports (CARs) must be completed in compliance with the timelines established in FAR 4.604(b)(2) and (3). PGI 204.606� Reporting data. In order to comply with the FPDS reporting requirements outlined in DFARS PGI 204.6 when using the GPC for purchases and payments under federal schedules, agreements, or contracts , USAMRAA staff shall use express reporting procedures that compile all actions monthly under the identified existing contract/agreement and vendor.� ANNUAL REVIEW/REVISIONS: This BPA will be reviewed annually before the anniversary of its effective date and revised as necessary to conform to the requirements of the Federal Acquisition Regulation. The Contractor shall provide the Contracting Office with a copy of any changes to their price list no more than once a year to incorporate into the agreement. PAYMENTS AND INVOICING: Payments will be made using the credit card for orders that do not exceed $25,000.00 Payments will be made through the Wide Area Workflow (WAWF) for orders exceeding $25,000.00. Call orders will be issued from the Contracting Office and will be invoiced through the Wide Area Workflow System (WAWF). Questions regarding payments should be directed to DFAS, 1-800-553-0527 (see block 18a) of subsequent call orders. All questions pertaining to imputing an invoice into the Wide Area Workflow System should be directed to the help desk at: 1-866-618-5988 CONTRACT MODIFICATIONS: Modification to the contract can be requested by either party by contacting the Contracting Office in writing. The Contracting Officer will review and reserves the right to issue or reject the requested modification. Parties will be notified in writing should any modification requests be sent. COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with �FAR 12.6, Streamlined Procedures for Commercial Items, 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 W81XWH-20-T-0003.� The solicitation is issued as a Request for Proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-66 are incorporated.� It is the contractor�s responsibility to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm.� The NAICS code is 325120, with a small business size of 1,000 employees. PWS Performance Work Statement Medical Gases � � Introduction � U.S. Army Medical Research and Development Command (USAMRDC), has a reoccurring requirement for the supply of compressed and bulk medical grade gas and products, laboratory and specialty gases and products, gas-related equipment, and various gas supply modes and services and dry ice, to include using customer leased and/or �government owned cylinders.� USAMRDC is the DoD's medical materiel developer, with responsibility for medical research, development, and acquisition and medical logistics management.� The Command is staffed with highly qualified scientists, program managers, logisticians, contracting experts, and support personnel.� The critical expertise in these areas ensures we have the medical capabilities the Army needs to fight and win on the battlefield.� Laboratories within the DoD Medical community have an on-going need for medical and laboratory grade gases to conduct analysis and research in accordance with their organization�s mission.� As well as dry ice requirement to preserve samples and shipping and handling.� U.S. Army Medical Research Acquisition Activity (USAMRAA) Contracting Officer (KO), Contract Specialist (CS), or organization identified Technical Points of Contact (TPOC), will solicit call orders against the proposed BPA.� Each call order will define the deliverables for each particular task.� Each call order shall represent a Firm-Fixed-Price response to a USAMRAA issued PWS and shall represent all personnel and materials required to provide a total gas management solution to the Government�s requirement as defined in the PWS. � Objective: This requirement is for a variety of compressed and bulk medical grade gas and gas products, laboratory and specialty gases and gas products, gas-related equipment, and various gas supply modes and services, dry ice, and customer leased and/or government owned cylinders.� All gas must be delivered in cylinders that are hydrostatic tested and meet local, state, and federal regulatory requirements.� All dry ice must be delivered at the pre-scheduled time and quantity. Scope of Work: The scope of work is to provide compressed and bulk medical grade gas and products, laboratory and specialty gases and products, gas-related equipment, and various gas supply modes and services and dry ice, to include using customer leased and/or government owned cylinders.� The contractor shall conform to the purity levels and specifications as identified in regional and federal laws.� The Government reserves the right to order specialty/mixed gases within a 48 hours� notice to the Contractor.� The Contractor shall provide emergency deliveries within 24 hours after receipt of the Government request. All markings pertaining to cylinder gases shall comply with all local laws, regulations and specification established for medical and specialty gas generation, storage, sales, distribution, and delivery.� All unauthorized or inapplicable markings, tags, and labels shall be removed.� Services provided shall include, but not be limited to tags indicating cylinder is �Full, �In Use�, or �Empty�; purity labels, contractor is responsible for testing the cylinders. Valves shall comply with all local laws, regulations and specifications established for gases pertaining to safe handling of Compressed Gas Cylinder Valve Outlets and Inlet connections.� Valve protection caps for cylinders designed to receive such caps shall be securely attached to the cylinders in a manner to protect the valves from injury during transit and delivery to the receiving area. Visual inspection of hydrostatic testing shall be performed in accordance with local and regulatory standards.� Contractor shall provide hydrostatic testing on all cylinders. As such a report must be made available to the Contracting Officer upon request. In accordance with all local laws, regulations and specifications established for medical and specialty gases; the actual content of the container must appear on the label and the Government shall be billed only for the actual amount of the gas delivered. The Contractor shall provide evidence of the following: all cylinders are correctly identified with the UN (United Nations) and or NA (North America - DOT (Department of Transportation) number identifying contents of cylinder; all cylinders are routinely hydrostatically tested as required and cylinders reflect latest test date; compliance with all ISO standards applicable to the manufacturing, handing, storage, and distribution of gases; The Contractor�s ability to deliver all gas products within a 48 hours� period (24 hours for emergency requirements). NIST-traceable calibration standards The Contractor shall provide a commercial Quality Control Plan (QCP) to serve as the functional QCP explaining in detail the manner in which the Offeror will maintain quality control for these products.� This QCP should include processes to ensure timely and successful performance of this acquisition.� If the offeror does not have a commercial QCP then a QCP shall be developed and submitted for this specific requirement and shall include the aforementioned information. Please reference the Price List and Airgas� commercial price list located on their website for a full list of all the products within scope of this BPA. � 1--Walter Reed Army Institute of Research (WRAIR) Bulk liquid nitrogen requirements: � At the time of delivery, contractor shall provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and this document must be counter-signed by the facility representative supervising the delivery. Contractor shall install a Vertical, Vessel, tank capable of a 3125 Gal LIN, if current is not suitable.� There are currently two installed on grounds.� Gas deliveries only after install.� Shall deliver UN ID 9630, Bulk liquid nitrogen to a cargo tank, 252,300 SCF per load. (Or top off.) Tank shall include a telemetry system that will notify the end user of pre-determined refill point, and allow customer access by webpage of existing levels. If Contractor differs from current, Contractor shall install (1 time only) 2, vertical tanks with temporary pads. After installation of the two tanks, the Contractor shall be able to deliver (gas only, no tanks) UN1977, Refrigerated Liquid nitrogen. Deliveries are required on an as needed basis. Bulk Carbon Dioxide (CO2) requirements: The Contractor shall replace the current tanks with 1 leased bulk carbon dioxide tanks.� This bulk tank, shall include a telemetry system that will notify the end user of pre-determined refill point, and allow customer access by webpage of existing levels.� Laboratory and specialty gas requirements: The Contractor shall supply leased tanks with laboratory and specialty gases, in an as needed basis.� This may include but not limited to helium, argon, ultrapure gases, etc.��� Gas-related equipment and services: The contractor shall supply cylinders in various sizes, bulk delivery, regulators, and changeover manifolds on an as needed basis. The Contractor shall refill 20 government owned cylinder as needed.� Dry Ice The Contractor shall supply weekly deliverable of dry ice on Monday mornings, to ensure weekly supply for mission requirements.� Contractor shall provide a legible signed and dated document that identifies deliverables and this document must be counter-signed by the facility representative, supervising the delivery.� Dry ice must be in compliance with Hazard Analysis and Critical Control Points (HACCP) modeled after ISO 9001, must meet or exceed provisions of FDA requirements in 21 CFR 110, and must be delivered in a clean and traceable container.� ��� 1500 lbs. of standard pellets, approx. 1/2x3/4�.� 1, 020 lbs. delivery scheduled to BLDG 503 Robert Grant Ave, Silver Spring, MD� 480 lbs. delivered to BLDG 501 Robert Grant Ave, Silver Spring, MD�� 2--Pilot Bioproduction Facility (PBF), WRAIR � Tank Gases Needed: 1.������������ Nitrogen, NF Grade, 255 cu. ft., size 200 tank 2.������������ CO2, USP Grade, 50 lb. size 200 tank 3.������������ Liquid 02, USP Grade, 540 liter tank, 50 PSI relief valve Bulk Gas Needed: 4.������������ Liquid Nitrogen, Filling of 1,000 liter tank installed outside building.� Periodic (2-3 week) refill. Specific Delivery Needs � Tank gases: 1.������������ Require a certificate analysis for each lot of gas provided. 2.���� ������� Require delivery to Building 501 loading dock. 3.������������ Require deliveries on call based on need/demand. 4.������������ Require cylinders to be transported to storage spaces within building. 5.������������ Require empty cylinders to be picked up as available. Specific Delivery Needs � Bulk Gas: 1.������������ Require regular top off delivery of bulk liquid nitrogen to 1,000 liter tank outside building near loading dock (very truck accessible).� Expect to be every 3 weeks. 2.������������ On call fill in case of large volume usage and tank needs filling before 3 weeks. Delivery to PBF- vehicle needs to be able to unload at the dock as well as lower and raise a tailgate to perform manual deliveries.� There are three (3) different locations within BLDG 501 that require replacement tanks. � Delivery Locations WRAIR 503 Robert Grant Ave Bldg 503 Silver Spring, MD 20910 � PBF� WRAIR 503 Robert Grant Ave Bldg 501 Silver Spring, MD 20910 � (Strip Map will be provided with award.) � � US Army Medical Research Institute of Infectious Diseases (USAMRIID) Bulk liquid nitrogen requirements:� At the time of delivery, contractor shall provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and this document must be counter-signed by the facility representative supervising the delivery. Contractor shall install a Vertical, Vessel, tank capable of a 3125 Gal LIN. Gas deliveries only after install. Shall deliver UN ID 9630, Bulk liquid nitrogen to a cargo tank, 252,300 SCF per load. (Or top off.) Tank shall include a telemetry system that will notify the end user of pre-determined refill point, and allow customer access by webpage of existing levels. Contractor shall install (1 time only) 2, vertical 1,000 GAL tanks with temporary pads. After installation of the 2 tanks, the Contractor shall be able to deliver (gas only, no tanks) UN1977, Refrigerated Liquid nitrogen. Contractor shall perform preventive checks, services, and emergency maintenance on vendor installed tanks and equipment. � USAMRIID Carbon Dioxide requirements: The Contractor shall replace the current tanks with 2 leased bulk carbon dioxide tanks.� These bulk tanks shall include a telemetry system that will notify the end user of pre-determined refill point, and allow customer access by webpage of existing levels. � Government Owned Property Each Call Order will identify the tanks and appurtenances will be maintained by and at the expense of the Government in a manner that will insure compliance with applicable regulations, standards, and normal good practices.� Government Owned Cylinders: Government owned cylinders will remain the property of the individual ordering (owning) agency and will not be exchanged for other cylinders, either government-owned or contractor-owned, without authorization of the Contracting Officer or delegated representative.� The contractor shall maintain an inventory of the Government Owned cylinders they are handling.� The contractor shall pick up empty cylinders and return them to the owning agency, on a mutually agreed upon schedule, outlined in each call order. Delivery � Deliveries shall be made during normal working hours, Monday through Friday (0730-1530).� Federal Holidays Observed: New Year�s Day (1 Jan)���������������������������������������������������� Labor Day (1st Monday in Sept) Martin Luther King�s Day (3rd Monday of Jan) ���������� Columbus Day (2nd Monday in Oct) President�s Day (3rd Monday in Feb)������������������������������ Veterans Day (11 Nov) Memorial Day (Last Monday in May)�������������������������� Thanksgiving Day (4th Thursday in Nov) Independence Day (4 Jul)������������������������������������������������� Christmas Day (25 Dec) NOTE: Holidays may be observed on alternate dates as specifically declared by the President of the United States.� Holidays may be observed the weekday before or the weekday after the actual holiday.� The President of the United States may declare any other day to be a national holiday. The contractor shall make arrangements with the identified Government point of contact for an alternate delivery date when any holiday or declared day of observance conflicts with the delivery schedule. Emergency deliveries shall be provided within 24 hours after receipt of Government request.� The Contractor shall respond to the facility by either telephone or email within one 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.� Required Documents at Delivery: When delivering the contractor shall provide a list itemizing the delivered contents.� This delivery list shall document the items requested, how many units of what items were delivered and what is being picked up shall be handwritten if need be.� The contractor will not depart the delivery location without a signature from the personnel who are authorized to receive the delivered items. � Ordering Procedures:� All orders are subject to the terms and conditions of the Master BPA.� In the event of conflict between an order and the BPA, the BPA will take precedence.� Orders will be made by the Contracting Office or designated and authorized Government employee who will place orders on an as needed basis specifying the product, quantity, cost, delivery location, and date.� Upon receipt of the call order, the contractor shall contact the Government POC identified in the call to schedule delivery.� Partial shipments will be allowed under the terms and conditions of this BPA, whenever this occurs, the Contractor shall complete the shipment within 2 working days.� The vendor will remove all empties upon delivery of new cylinders.� Orders typically will be placed approximately 2-3 days in advance of expected delivery.� In some instances the contractor must be capable of delivering within 24- hours of order to include deliveries on non-scheduled delivery days.� A delivery ticket or sales slips that shall contain the following shall accompany each order:� Name of Supplier; Contract Number, Date of Purchase; Itemized list of product; Quantity/Unit Price and extension of each item; Date of Delivery.� Orders placed against the BPA by individuals other than those named as authorized by the Contracting Officer or for items not specifically covered by this BPA shall not be accepted by the contractor. Any and all supplies provided by the contractor in violation of this authorization will be treated as unauthorized commitments and may result in termination of this BPA by the Government. Contractor Ordering Address and Payment Information: ����� Ordering Address:� TBD at the Call Order level. Payment Information:� TBD at the Call Order level. ��������������� ���� CONTRACTOR RESPONSIBILITIES: Vendor shall provide medical grade gases, laboratory and specialty gases, and gas products per the agreed upon terms in the Statement of Work. Contract Manpower Reporting Application (CMRA) (Deliverable 2). This is a mandatory requirement IAW Army Federal Acquisition Regulation Supplement (AFARS) 5137.91, Accounting for Contract Services. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the WRAIR via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: www.ecmra.mil The contractor shall register under the ""All Other Defense Components"" module. The WRAIR Unit Identification Code (UIC) is W03KAA. The Federal Supply Code (FSC) is 6515. � � � As a result of the BPA being open to the entire DOD Medical Community, the Contractor Manpower Reporting (CMR) requirement may vary based on the organization that is receiving or benefiting from the contracted services. The Contractor shall furnish the gas products and services ordered by the Contracting Officer or a designated ordering officer starting approximately 18 December 2020 through 17 December 2025. Total call orders against this BPA will not collectively exceed $2,950,000.00. 1.1. The acquisition is unrestricted for full and open competition with a NAICS code of 325120. 1.2. The Government expects to award one BPA resulting from this solicitation. All resultant Call Orders will be Firm Fixed Price. 2. EXTENT OF OBLIGATIONS 2.1. The Government is obligated only to the extent of authorized purchases ordered and received under the resultant BPA. 2.2. Individual Call Orders shall not exceed $700,000.00 in accordance with AFARS 5113.303-5. The collective maximum amount of all Call Orders issued against the resultant BPA for the Five (5) Year Ordering Period shall not exceed $2,950,000.00.� Ordering Officers with a Government Purchase Card (GPC) are limited to $25,000.00 for each Call Order. 2.3 The Contractor�s commercial price list will be incorporated into this agreement. The price list in effect at the time of BPA award will be used to determine the price of any resultant Call Order, less any discounts offered by the Contractor. 3. ISSUANCE OF CALL ORDERS 3.1. All gas deliveries under the resultant BPA will be set forth in individual Call Orders. All Orders will be issued in accordance with (IAW) the requirements and all clauses listed in this solicitation. 3.2. The anticipated collective maximum amount of all Call Orders issued against the resultant BPAs for the five (5) year ordering period will not exceed $2,950,000.00. 3.3. Issuance of verbal or oral Orders are authorized under the resultant BPA for the GPC Ordering Officers and the USAMRAA Contracting Officer. Call Orders issued by the USAMRAA Contracting Officer will be on a DD 1155 or SF 1449. � 4. Period and Place of Delivery Requirements 4.1. The proposed Period of Performance for the resultant BPAs is a five (5) year ordering period beginning on 18 December 2020. Ordering Period:� 18 December 2020 � 17 December 2025 4.2. Place of delivery. The contractor shall deliver gas products to various locations within the Continental United States (CONUS) as Free-on-Board (FOB) Destination issued under the resultant BPA. The delivery locations will be noted on each call order or noted at time GPC order is placed: The below list are locations: --AFMES, 115 Purple Heart Drive, Dover AFB, DE 19902 --USAARL, 6901 Farrel Road, Ft. Rucker, AL 36362 --USAMRICD, 3100 Ricketts Point Rd, Aberdeen, MD 21702 --USAMRIID, 1425 Porter Street, Fort Detrick, MD 21702 --USARIEM, General Green Ave. Natick, MA 01760 --WRAIR, 503 Robert Grant Ave, Bldg. 503, Silver Spring, MD 20910 --WRAIR, PBF, 503 Robert Grant Ave., Bldg. 501,� Silver Spring, MD 20910 5. Inspection and Acceptance � 5.1. Certification by the Government of satisfactory goods or services provided is contingent upon the vendor performing in accordance with the terms and conditions of the resultant BPA and all Call Orders issued against the BPA. Items will be returned to vendor if they do not meet specifications specified in the Call Order at receipt inspection. 5.2. The Government point of contact (POC) may reject or require correction of any deficiencies found in the invoice or receiving report. In the event of a rejected invoice or receiving report, the vendor will be notified in writing by the Government POC with the specific reasons for rejection. 6. Authorized Agencies � The following offices are hereby authorized to place Orders under the resultant BPAs: --U.S. Army Medical Research Acquisition Activity (USAMRAA), 820 Chandler St., Fort Detrick, MD 21702 --Armed Forces Medical Examiner System (AFMES), 115 Purple Heart Drive, Dover AFB, DE 19902 --U.S. Army Aeromedical Research Laboratory (USAARL), 6901 Farrel Road, Ft. Rucker, AL 36362 --U.S. Army Medical Research Institute of Chemical Defense (USAMRICD), 3100 Ricketts Point Rd, Aberdeen, MD 21702 --U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID), 1425 Porter Street, Fort Detrick, MD 21702 --U.S. Army Research Institute of Environmental Medicine (USARIEM), General Green Ave. Natick, MA 01760 --Walter Reed Army Institute of Research (WRAIR), 503 Robert Grant Ave, Silver Spring, MD 20910 --WRAIR, PBF, 503 Robert Grant Ave., Bldg. 501,� Silver Spring, MD 20910 � INDIVIDUALS AUTHORIZED TO PURCHASE utilizing a Government Purchase Card (GPC) up to $25,000.00:� To be named at time of award. The USAMRAA Contracting Officer and Government Purchase Card (GPC) Ordering Officers will be the only authorized buyers under this BPA. USAMRAA will be authorized to place Orders for other agencies under the Medical Research Materiel Command and other DOD medical agencies, as needed. The position titles of the appointed GPC Ordering Officers will be provided at the time of BPA award. Orders by other individuals will not be honored without prior writte...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8a8e4588dd646e289d1770b651a572f/view)
 
Record
SN05728461-F 20200723/200721230155 (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.