SOLICITATION NOTICE
68 -- Medical Gas Cylinders - NM SCA Wage - SOW - Medical Gas Cynlinders
- Notice Date
- 4/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
- ZIP Code
- 87420-0160
- Solicitation Number
- NN-14-103-YJ
- Archive Date
- 4/26/2014
- Point of Contact
- Yvonne Jumbo, Phone: 505-368-7029
- E-Mail Address
-
yvonne.jumbo@ihs.gov
(yvonne.jumbo@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW - Medical Gas Cynlinders NM SCA Wage This is a solicitation for Small Business set-aside for Refill/Delivery services for Medical Oxygen Cylinders in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. SOCIO-ECONOMIC CONSIDERATION: As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. Please state your socioeconomic status. This is a non-personal service contract for the provision of refill or rental of medical gas cylinders including delivery service to Northern Navajo Medical Center, Shiprock, New Mexico. Reference attached Statement of Work (SOW) and NM Service Contract Act Wage Determination No: 2005-2361 Rev No: 14. PERIOD OF PERFORMANCE: Upon issuance of purchase order to December 31, 2014 DESCRIPTION: Government owned cylinders: Oxygen, K = 14 Oxygen, S = 6 Oxygen, D = 10 Oxygen, E = 66 Oxygen, ND = 6 Carbon Dioxide, K = 5 Carbon Dioxide, E = 16 Nitrogen, K = 24 Liquid Nitrogen, 5-Liter = 5 Nitrous Oxide, K = 16 Nitrous Oxide, E = 8 Delivery schedule: Fixed Weekly Delivery Schedule - Filled Cylinders are delivered and Empty Cylinders are picked-up consistently every Wednesday. One week turn-around from pick-up of empty cylinders to the return of filled cylinders. Pick-up all empty cylinders and return filled cylinders in rotation cycle. Hydrotesting Revalue Cylinders Medical Gas products to be delivered upon the arrangement of the Contracting Officer's Representative with the exception of Federal Government holidays. US Federal Government Holidays May 26 - Memorial Day Jul 04 - Independence Day Sep 01 - Labor Day Oct 13 - Columbus Day Nov 11 - Veterans Day Nov 27 - Thanksgiving Day Dec 25 - Christmas Day Cylinder rentals: Average of 4 to 8 cylinder depending upon need. Please include Medical Fees, Delivery Charges and applicable Tax on service on the quote for each line item. The contractor shall comply with applicable regulations, specifications and standard practices. Such services shall include, but not be limited to tags indicating cylinder is "Full," "In Use" or "Empty"; inspection, testing, evacuation and cleaning services required at each and every filling; pin-indexing, when required; attaching government-furnished warning tags, when required. The contractor at no additional cost shall, also perform attaching of oxygen cylinders to manifold systems, when required. 1. LAWS AND REGULATIONS Cylinders and other containers for gaseous and liquid forms of gases shall comply with 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). Packaging, labeling, etc., for medical gases shall also comply with the Federal Food, Drug and Cosmetic Act. 2. CONTRACTOR'S RESPONSIBILITY a. Responsibility for Government Property. The contractor assumes full responsibility for and shall indemnify the government for any and all loss or damage of whatsoever kind and nature to any and all government property. This includes any equipment, supplies, accessories or parts furnished while in the contractor's custody and care for storage, repairs or services to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of contractor, any subcontractor or any employee, agent or representative of contractor or subcontractor. b. Hold Harmless and Indemnification Agreement. The contractor shall save and hold harmless and indemnify the government against any and all liability. This includes claims and costs of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of contractor, any subcontractor or any employee, agent or representative of contractor or subcontractor. c. Damage to Government Property from Causes Other than Contractor's Negligence. Nothing in the above paragraphs shall be considered to preclude the government from receiving the benefits of any insurance the contractor may carry that provides for indemnification for any loss of, destruction of or damage to property in the care of the contractor where such loss of, destruction or damage is to government property. The contractor shall do nothing to prejudice the government's right to recover against third parties for any loss of, destruction of or damage to government property and upon the request of the contracting officer shall, at the government's expense, furnish to the government all reasonable assistance and cooperation (including assistance in prosecution of suit and the execution of instruments of assignment in favor of the government) in oCyclinderaining recovery. The North American Industry Classification System (NAICS) is 424690 (Other Chemical and Allied Products Merchant Wholesalers). The Government anticipates award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on compliance with solicitation requirements, technical capabilities, prior performance and cost. The Government intends to award one contract as a result of this solicitation. An award will be made based on the requirements and evaluation factors. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. APPLICABLE PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov): The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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 upon request the Contracting Officer will make their full text available. 52.202-1 Definitions (Jul 2004) 52.203-3 Gratuities (Apr 1984) 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.204-3 Taxpayer Identification (Oct 1998) 52.204-7 Central Contractor Registration (Apr 2008) 52.222-3 Convict Labor (Jun 2003) 52.223-6 Drug-Free Workplace (May 2001) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. (Oct 2003) 52-233-1 Disputes (Jul 2002) 52.237-3 Continuity of Services (Jan 1991) 52.243-1 Changes - Fixed Price (Aug 1987) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Termination for Default (Fixed-Price Supply and Service) (Apr 1984) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. GENERAL INSTRUCTIONS Please request for a Request for Quotation (RFQ) Form (SF18) from primary point of contact for this solicitation. The quote shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the offeror's proposal. SUMISSION OF OFFERS: Submit signed and dated offers to the office specified in this solicitation on or before the exact time specified in this solicitation. Offers may be submitted on the Request for Quotation Form (SF 18) or letterhead stationery. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include company literature, or other documents, if necessary; (5) Company Tax Information Number DUNS Number. (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 18, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (12) Offer of proposal specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (13) Provide a cost/price breakdown Request for Quotation Form or letterhead stationary must be submitted to Yvonne Jumbo, Contracting Officer at the following address: Northern Navajo Medical Center US HWY 491 North Shiprock, New Mexico 87420 or by email at yvonne.jumbo@ihs.gov Final proposals are due on or before April 11, 2014, by 4:00 PM, Mountain Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/NN-14-103-YJ/listing.html)
- Place of Performance
- Address: Northern Navajo Medical Center, US Hwy 491 North, Shiprock, New Mexico, 87420, United States
- Zip Code: 87420
- Zip Code: 87420
- Record
- SN03331023-W 20140408/140406233210-cbac40e31be7fdc9c5caa2a57621275f (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 |