Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2006 FBO #1853
SOLICITATION NOTICE

91 -- Gas deliveries

Notice Date
12/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2V4FM6340A100
 
Response Due
12/28/2006
 
Archive Date
1/12/2007
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number F2V4FM6340A100 is issued as a request for quotation (RFQ). Solicitation number F2V4FM6340A100 and incorporated provisions and clauses are those in effect through Fac 2005-15, Effective 12 Dec 2006 & Class Deviation 2005-o0001. This is 100% small business set-aside and the associated NAICS code 325120 and small business size standard of less than 1000 employees. Contract line items and units of measure shall be submitted in accordance with this statement of work. For a base year plus four option years. STATEMENT OF WORK General Description: The purpose of this Statement of Work (SOW) is to establish contract for medical cylinder gases utilized at 6 Medical Group and Brandon Community Clinic. The gases to be purchased are compressed Medical Air USP, Oxygen USP, Carbon Dioxide USP, Nitrogen NF, Nitrous Oxide USP, Helium USP, and specialty medical gas mixtures. Deliveries/Location and work hours: - Deliveries will be made Monday through Friday (excluding holidays) New Year?s Day, Martin Luther King Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas Day) between the hours of 0730 AM to 1630 PM, except in the case of emergency. - Deliveries will be supervised by the COTR or their designee before beginning delivery operations. Contractor will contract the COTR prior to delivery to arrange for delivery supervision. - Deliveries will be made to: 6 Med Group, Bldg 711 8415 Bayshore Blvd. MacDill AFB, FL 33621 Brandon Community Clinic 220 Grand Regency Blvd Brandon, FL 33510 PRODUCT SPECIFICATIONS All medical gases shall conform to specifications prescribed in the United States Pharmacopeia and the National Formulary. All medical gas manufacturers and fillers of medical gases shall be registered with the FDA; and all medical gases shall be manufactured, processed, packed, transported, and stored according to the FDA?s Current Good Manufacturing Practice (CGMP) regulations and Title 21, Code of Federal Regulations, Parts 210, 211 and 201 for labeling. In addition, the following specifications are incorporated into the solicitation and resulting contracts: - Federal Specification BB-A-1034B, Air, Compressed, for Breathing Purposes, dated 20-Dec-1985 - Federal Specification BB-C-101B, Carbon Dioxide (CO2) Technical and USP, dated 15-Apr-1971 - Compressed Gas Association (CGA) Publications G-7 ? Compressed Air for Human Respiration, dated 1/1/90, and ANSI/CGA G-7.1 ? Commodity Specification for Air, dated 12/29/97 - Material Safety Data Sheets shall be provided to the COTR upon request at no additional charge. Security Requirements: The contractor shall coordinate with the customer to ensure access to MacDill AFB. The contractor shall be responsible for obtaining a base entry in accordance with the base entry requirements and will be subject to background security check through the 6th Security Forces. This pass shall only be used to gain entry to the base to perform services as need to fulfill contractual requirements. This pass shall not be used to gain entry to any other facilities/areas on base. NON-REPAIRABLE GOVERNMENT PROPERTY - Prior to disposing of non-repairable government-owned cylinders, parts, fittings, and appurtenances, the contractor shall contact the ordering facility. Contractor shall make disposition in accordance with the ordering activity?s instructions. - If the 6 Med Group request, and the contractor agrees to dispose of any non-repairable government-owned property, the fee shall be negotiated and agreed upon between the two parties prior to the disposal of the property. CYLINDERS AND OTHER CONTAINERS Laws and Regulations Cylinders and other containers for gaseous and liquid forms of gases shall comply with the Department of Transportation specifications and shall be maintained, filled, marked, labeled, and shipped to comply with current DOT regulations (Title 49-Transportation, Code of Federal Regulations.) Filling, packaging, labeling, etc., for medical gases shall also comply with the Federal Food, Drug, and Cosmetic Act. Marking In addition to marking required by the aforementioned laws and regulations, marking shall comply with CGA Publication C-7 ? Guide to Preparation of Precautionary Labeling and Marking of Compressed Gas Containers, dated 6/27/00. Color Coding: Cylinders shall be color coded in accordance with CGA Publication C-9 -- Standard Color Marking Of Compressed Gas Containers Intended For Medical Use, dated 1/1/88. Valves Valves shall comply with CGA Safety Bulletin SB-26 and CGA Publication V-1 -- Compressed Gas Association Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections, dated 12/31/00. 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 purchaser's receiving area. For liquid containers, all fittings must be permanently brazed to prevent their removal. In addition, each container should contain a 360 degree cryoband applied at the top of the container with the drug product name repeated around the entire container. CYLINDERS AND OTHER CONTAINERS Hydrostatic Testing: Retest Date: If applicable DOT regulations would require retesting of cylinder within three (3) months after scheduled date of shipment. Contractor will be required to retest any Government-Owned cylinder when requested by ordering activity, regardless of scheduled retest data. Method: Government-owned cylinders which are eligible for extended hydrostatic retest period, testing by modified hydrostatic method, or visual inspection in lieu of hydrostatic testing, shall be serviced by the most economical means which will comply with Department of Transportation regulations (49 CFR 173.34) unless otherwise specified by the ordering activity. When modified or reduced DOT test requirements are contingent upon past usage of the cylinders, a written statement from the ordering activity indicating that the cylinders have been used exclusively for a specific gas may be considered acceptable evidence of the cylinders' eligibility for modified testing or inspection. Hydrostatic testing shall be performed in accordance with CGA?s Publication -- C-1, Methods For Hydrostatic Testing of Compressed Gas Cylinders, dated 12/01/96. Visual inspection shall be performed in accordance with the applicable CGA Publications C-6 --Standards for Visual Inspection of Steel Compressed Gas Cylinders, dated 1/1/93 or C-6.1 -- Standards for Visual Inspection of High Pressure Aluminum Compressed Gas Cylinders, dated 4/1/95. The contractor shall be responsible for all testing of contractor-owned cylinders at no additional cost to the Government. The 6 Medical Group shall pay for the hydrostatic testing of government-owned cylinders. Cylinder Sizes & Description: In accordance with the Federal Food, Drug and Cosmetic Act, the actual contents of the container must appear on the label. RODUCT DESCRIPTION CYLINDER EST QTY PER MONTH Air E-CO 4 CO2 20-CO 4 CO2 50-med-CO 2 C02 E-CO 10 Hel E-CO 2 Nit 20-CO 6 Nit 230-NF 4 Nitrogen Liquid 20-CO 10 Nox E-CO 8 Tox A-CO 4 Tox B-CO 4 Tox D-CO 20 Tox E-CO 20 Tox 282 10 Period of performance will be for one year with four option years upon. Acceptance and inspection will be at the delivery location by Government personnel and FOB point shall be at destination expressed in SOW. Provision at 52.212-1, Instructions to Offerors -- Commercial, apply to this acquisition. Evaluation criteria shall be lowest price deemed technically acceptable. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, shall accompany quotes. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, apply to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and these additional FAR clauses are applicable to the acquisition. 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The awardee shall be able to obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on MacDill Air Force Base via backround checks performed after award of contract. The provision at 5352.201-9101 Ombudsman (AUG 2005) apply to this solitation. All quotes are due 27 December 2006, by 1000hrs EST, via email at regina.height-02@macdill.af.mil or at MSgt Height, Regina, Room 308, 2606 Brown Pelican Ave. MacDill AFB, FL 33621. Please contact MSgt Height, Regina at 813-828-2936 or regina.height-02@macdill.af.milfor information regarding the solicitation.
 
Place of Performance
Address: 6 Med Group, Bldg 711, 8415 Bayshore Blvd., MacDill AFB, FL 33621, , Brandon Community Clinic, 220 Grand Regency Blvd, Brandon, FL 33510,
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01201245-W 20061223/061221220747 (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.