DOCUMENT
68 -- Liquid Oxygen - Attachment
- Notice Date
- 12/15/2010
- Notice Type
- Attachment
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
- ZIP Code
- 25405
- Solicitation Number
- VA24511RQ0039
- Response Due
- 12/21/2010
- Archive Date
- 12/31/2010
- Point of Contact
- Linda Smith
- E-Mail Address
-
Linda.Smith6@va.gov
(Linda.Smith6@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ VA-245-11-RQ-0039 is issued as a request for quote (RFQ) for a Firm Fixed Price Contract with estimated quantities. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47. No telephone responses will be accepted. Only written responses received directly from the requester are acceptable. The North American Industry Classification System (NAICS) number is 325411 and the business size standard is 750 employees. This procurement is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quotation for the provision of Liquid Oxygen for the Department of Veterans Affairs (VA), Martinsburg, WV. Contractor to provide: Base Year 01/01/2011-12/31/11, Item 1-No. 28 Oxygen, Liquid Gallons, 42,996 CF at $ __________. Option Year 1, 01/01/12-12/31/12, Item 1-No. 28- Oxygen, Liquid Gallons, 42,996 CF at $______. Option Year 2, 1/01/13-12/31/13, Item 1-No. 28 Oxygen- Liquid Gallons, 42,996 CF at $______. Option Year 3, 01/01/14-12/31/14, Item 1-No. 28 Oxygen- Liquid Gallons, 42,996 CF at $______. Option Year 4, 01/01/15-12/31/15, Item 1-No. 28 Oxygen- Liquid Gallons, 42,996 CF at $______. Delivery shall occur during normal work hours which are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays (New Year's Day, Martin Luther King Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day). Vendor must contact facility prior to delivery as a VA employee needs to be present during filling of tank. The contractor shall deliver medical-grade liquid oxygen within the time-frame specified in the schedule. The time-frame identified will be a specific time intervals between deliveries. If for any reason the contractor is unable to deliver at the agreed upon day or time, the contractor will provide 24-hour notice to the COTR, so that they facility can initiate an alternate backup action. In accordance with VHA Patient Safety Alert dated April 5, 2004, all deliveries must be monitored by a qualified and trained technical representative, which will be designated by the facility. Contractor will be provided with names and contact information of primary and back-up facility representatives. This applies to all deliveries regardless of time or day or execution. 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 COTR. At the time of each delivery, contractor must provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and the quantity delivered. Emergency delivery will be provided within 24 hours after receipt of Government notification. Contractor must 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. Facility Representative shall notify the contractor 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 and emergency delivery fee. All medical gas manufacturers and fillers of medical gases must be registered with FDA as drug manufacturers. All oxygen shall be manufactured, processed, 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 CRF Part 201). 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.). A valid certificate of analysis shall be provided with each delivery of liquid oxygen. The certificate shall include, at minimum: Supplier's name and complete address, Name of the Product (i.e. Oxygen U.S.P.), An Air Liquefaction Statement where appropriate lot number or other unique identification number, Actual analytical results for full U.S.P. monograph testing, test method used to perform the analysis and signature of authorized supplier representative and date. Material Safety Data Sheets shall be provided to the facility COTR upon request. The following is a list of some of the regulations and standards that are applicable to this contract. This 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 all 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 re effective at the time of contract performance. Title 21, Code of Federal Regulations, Parts 210 & 211 - CGMP regulations for supplying medical grade oxygen; 49 CFR - Transportation; Federal Food, Drug, and Cosmetic Act; NFPA 50: Standard for Bulk Oxygen Systems at Consumer Sites, 2001 Edition; NFPA99: Standard for Health Care Facilities, 2005 Edition; U.S.P.23. FAR/VAAR Clauses apply 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR 52-204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and in accordance with FAR 12.603 (b) (2)(xii) (b)(2), (b)(4), (b)(19), (b)(20), (b)(21), (b)(22), (b)(23), (b)(24), (b)(26), (b)(33), (b)(35). Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. Attention: Contractors must be registered in Central Contractor Registration (CCR http://www.ccr.gov) prior to award, failure to register will result in non-responsiveness of offer. 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation, 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; 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; 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 five (5) years 6 months; 52.232-18 Availability of Funds - Funds are not presently available for performance under this contract beyond September 30, 2011. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer, 52.228-5 Insurance - Work on a Government Installation, Supplemental Insurance Requirements - In accordance with FAR 28.307-2 and the previous clause, the following minimum coverage shall apply to the contract: Worker's compensation and employers' liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so comingled with the Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in states with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. General Liability: $500,000 per occurrence. Automobile Liability: $200,000 per person; $500,000 per occurrence, and $20,000 per property damage. The successful offeror must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability insurance. 52-223-3 Hazardous Material Identification and Material Safety Data (Jan 1997), VAAR 852.216-70 Estimated Quantities, 852.203-70 Commercial Advertising, 852.237-70 Contractor Responsibilities, 852.270-1 Representatives of Contracting Officers. 852.203-70 Commercial Advertising, 852.273-75 Security Requirements for Unclassified Information Technology Resources, 852.273-76 Electronic Invoice Submission, The full text of clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR) or upon request, the Contracting Officer will make their full text available. Submit quotes to, SAO East VISN 5 Network Contracting Activity, Department of Veterans Affairs, 510 Butler Ave, Bldg 308b, Martinsburg, WV 25405. Faxed/Electronic proposal will not be accepted. Closing date for receipt of quotes is 12/21/2010 at 2:00pm local. All responsive offers will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24511RQ0039/listing.html)
- Document(s)
- Attachment
- File Name: VA-245-11-RQ-0039 VA-245-11-RQ-0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166772&FileName=VA-245-11-RQ-0039-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166772&FileName=VA-245-11-RQ-0039-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-245-11-RQ-0039 VA-245-11-RQ-0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166772&FileName=VA-245-11-RQ-0039-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VAMC (613);510 Butler Avenue;Martinsburg, WV
- Zip Code: 25405
- Zip Code: 25405
- Record
- SN02344677-W 20101217/101215234212-9805bb467e806c5f9d9b36df38a9d486 (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 |