SOLICITATION NOTICE
99 -- MEDICAL BOTTLED GAS SERVICES - Statement of Work
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532299
— All Other Consumer Goods Rental
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-2017-005-PYO
- Point of Contact
- Prudence V. Yellow Owl, Phone: 4066383390
- E-Mail Address
-
prudence.yellowowl@ihs.gov
(prudence.yellowowl@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Med Gas This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 [Public Law 103-355]). This announcement constitutes the only solicitation, therefore, a written solicitation will not be issued. The solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2005-95. The Billings Area Indian Health Service, Crow Service Unit intends to award a firm fixed-price contract in response to Request for Quotation (RFQ) 2017-005-PYO. This requirement is set-aside for participation by small business concerns. The associated NAICS code is 325120, Industrial Gas Manufacturing. Size standard is 1,000 employees. PRICE SCHEDULE - MEDICAL BOTTLED GAS SERVICES: 10/01/2017 - 09/30/2018 Crow Indian Health Service Hospital, Crow Agency, MT Lodge Grass Clinic, Lodge Grass, MT Replenishment deliveries of contractor owned cylinders of various medical gases on a weekly basis, cylinder rental for the Crow Service Unit: 1. Nitrous Oxide Size E $______________ per unit. 2. Nitrous Oxide Size G $_______________ per unit. 3. Nitrogen Size R $_______________ per unit. 4. Nitrogen Size T $_______________ per unit. 5. All in One Size E $_______________ per unit. Medical Oxygen 6. Oxygen Medical Size K $_______________ per unit. 7. USP CO2 GD/O $_______________ per unit. 8. Acetylene Size MC $_______________ per unit. 9. Liquid Nitrogen $_______________ per liter 10. Medical Oxygen High Pressure (50HP) $_______________ per unit. 11. Medical Oxygen High Pressure (55HP) $_______________ per unit. 12. Hazardous Material $_______________ per delivery. Charge 13. Delivery Charge $_______________ per delivery. See attached Statement of Work for requirement details. PURPOSE OF THE CONTRACT: This requirement is to provide bottled medical gas services to the Crow Service Unit. Please refer to the attached Statement of Work for Specifications. PERIOD OF PERFORMANCE: October 1, 2017 to September 30, 2018 GENERAL MAJOR DUTIES: Contractor shall provide all labor and equipment and have appropriate licenses to provide complete medical gas services for the Crow Service Unit as specified in the attached Statement of Work. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved for the Contracting Officer. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-3, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 352.215-70, 352.223-70, 352.224-70. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.acquisition.gov and http://www.hhs.gov/oamp/dap/hhsar.html. INSTRUCTION TO OFFERORS: The intent is to award a firm fixed-price commercial contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Basis for award will be "BEST VALUE", based on the evaluation criteria listed below. These three (3) factors are required and must be included with your submission because it will be used to evaluate offers: 1.) Company Past Performance: The company must demonstrate its record of sucessful performance in past contracts and/or jobs. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. Provide brief description of three (3) similar projects and three (3) references. 2.) Technical: The offeror's proposal must completely meet the technical requirements listed in the Statement of Work. 3.) Cost/Price: The Offeror agrees to hold the prices firm in its offer for 90 calendar days from the date specified for receipt of the offers. The offeror's price proposal must be based on the offeror's technical proposal and the Government's statement of work. The Price Schedule shall be completed by the offeror in accordance with the following: (1) All prices contained in the price schedule must reflect an all inclusive rate. Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. Company past performance and technical, when combined, are considered approximately equal to cost or price. Quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic in terms of technical approach, schedule commitments and /or costs (high or low) will be deemed unacceptable. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach. This will allow the Government to consider award to other than the lowest price offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. Reference RFQ-2017-005-PYO on all submissions. Please include company DUNS and tax ID number on your quote. For technical questions regarding this solicitation, please contact deano.yarlott@ihs.gov no later than 12noon MST, Tuesday, September 19, 2017. Offerors are to e-mail complete quotes to prudence.yellowowl@ihs.gov no later than 4:00pm MST, Thursday, September 21, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-2017-005-PYO/listing.html)
- Place of Performance
- Address: Crow Service Unit, Crow Agency, Montana, 59022, United States
- Zip Code: 59022
- Zip Code: 59022
- Record
- SN04665655-W 20170909/170907231843-626a212999ce1cce57807d4b94811a32 (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 |