SOLICITATION NOTICE
68 -- 528-24-1-4855-0001 | 36C242-23-AP-3132 VHAWNYHCS New Bulk Oxygen and Tanks IDIQ Buffalo and Batavia
- Notice Date
- 12/6/2023 9:53:02 AM
- Notice Type
- Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24223Q0944
- Response Due
- 9/12/2023 1:00:00 PM
- Archive Date
- 01/09/2024
- Point of Contact
- Corey P Swinton, Contract Specialist
- E-Mail Address
-
corey.swinton@va.gov
(corey.swinton@va.gov)
- Awardee
- null
- Description
- Questions Submitted by A potential vendor What is the current contract # for this supply requirement? 36C24218D0143 Please confirm whether the VA wants the Bulk Liquid Oxygen invoiced in CF or CCF as there are contradictions in the RFQ Please quote CCF Has there been any history of vaporizers icing up due to high volume? No Why is Past Performance not a separate evaluation metric? How will the evaluation team verify offerors are technically capable to meet the contract requirements with industry experience? Past Performance will be evaluated during the responsibility determination What is the GOV s rationale for evaluating Solely on Lowest Priced Technically Acceptable for such a critical function as Medical Grade Oxygen (a prescription drug) for two Veterans Hospitals? Why not Evaluate via Best Value to ensure the VA receives the best possible offer/service and not just to the offeror with the lowest price who meets the minimum technical requirement? The Government has determined that Lowest Price Technically Acceptable is appropriate for this requirement Please clarify the incomplete statement listed at the bottom of PG 58 of 76 in the RFQ: Please considered it removed from the RFQ Technical and past performance, when combined, are. Please considered it removed from the RFQ Licensing: Throughout the term of this contract, contractor shall maintain all federal, state, and local licenses applicable to the contractor as well as any required FDA certifications. The contractor is responsible for maintaining all required licenses How is the GOV going to discern that the offeror is properly insured for NAICS 325120/221210 the actual requirement for this work to comply with the RFQ, and not just the dollar value thresholds listed in the RFQ (PG 16 of 76, Para 14)? Specifically does this mean insured for NAICS 325120/221210 and how does offerors validate they have the correct type of Liability Insurance to the GOV does this have to be affirmed to the GOV at the time of bid submission (if not, an awarded firm could be turned down, or not be able to afford this coverage in the amounts the GOV requires respective to NAICS 325120 -- which is the NAICS this RFQ is being solicited for)? The requirement is $1,000,000 in general liability insurance. Has there been any historical problems with the current refill/alarm set points? No If the VA desires to set their own refill points, Request a delivery Fee Clin to be added? No additional Clins will be added Request removal of the underlined language this as this is highly nonstandard and no subcontractor has a Certificate of Analysis receipt that includes Prime Contractor information or any Contract Specific information (e.g., contract #, PO #, etc) Consider Removed PG 13 of 76: If false alarms are pinging from the tank system, the contractor shall fix and resolve the issue at no cost to the Government. COMMENT: The Contractor is only responsible for items on the tank pad site and any false alarms ringing internal to the facility are the responsibility of the VA. The contractor will assist the VA but cannot perform any work on any alarms internal the facility. . This depends on the cause, if it is a malfunction in the facility we agree it would be VA responsibility but if it is within the tank system it would be the contractor responsibility What are the current tank set points for Main & Reserve (in inches) for FULL TRYCOCK, REORDER POINT, REFILL POINT, & LOW-LEVEL ALARM for each location? Please see Page 8 Section 7 Ordering Paragraph 1 What is the daily usage (in inches) for each facility? The RFQ requests that the quote be in CCF Estimated daily usage in Buffalo: 123 CCF Batavia 26 CCF When was the most recent annual inspection completed for each site and will the VA provide copies of these? Please check with Haun Specialty gases as they are the current owners of the tanks either facility interested in upgrading tank sizes from the current systems? No Emergency Deliveries: There is no CLIN for Emergency Deliveries (standard in Medical Gas Industry). How does the VA expect to handle emergency delivery situations that are not the fault of the contractor and not due to environmental factors (typically same day, outside delivery window, weekends, or holidays)? There have been no emergency deliveries in the course of the last contract. A separate CLIN will not be added. Emergency deliveries will be purchased outside of the contract Are there any planned construction projects on site that may hinder delivery access? Not at this time
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/37316ee6d0e8492091946acaa6871dff/view)
- Record
- SN06904698-F 20231208/231206230049 (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 |