Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

65 -- Medicinal Gas Delivery

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6150
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Medicinal Gas Peterson AFB I. 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. II. This solicitation is issued as a request for quote (RFQ). Submit written quote (to include price quote for all options) on RFQ reference number FA2517-06-T-6150 III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-12 IV. This solicitation is a Small Business set-aside. NAICS Code is 424690, Small business size standard is 100 employees. V. This combined synopsis/solicitation is for the following commercial items: 0001: Non-personal services for medical gas refill of government owned cylinders for the 21 Medical Group Clinic at Peterson AFB, CO 80914, In accordance with the Statement of Work and attached estimated work load. 0002: Non-personal services for medical gas refill of government owned cylinders for the 21 Medical Group, Schriever Troop Clinic at Schriever AFB CO 80912, In accordance with the Statement of Work and attached estimated work load. 0003: Non-personal services for medical gas refill of government owned cylinders for the 21 Medical Group, Area Dental Lab at Peterson AFB, CO 80914, In accordance with the Statement of Work and attached estimated work load. VI. Description of requirement: STATEMENT OF WORK (SOW) The contractor shall provide all personnel, equipment, tools, materials, supervision, facilities, transportation, and other items and services necessary to perform refilling of government owned Medical Gas Cylinders as defined in this Statement of Work (SOW) for Peterson AFB and Schriever AFB, CO All cylinders are stamped and identified as government owned. Vendor will annotate delivery packing slip with type, size, and quantity of cylinders picked up and returned (filled). On returned government-owned cylinders, the contractor will provide a certificate of purity from the supplier for any medicinal gases. If cylinder requires hydrostatic testing or repainting, the contractor must get approval from 21st Medical Logistics, (719) 556-1355, identifying charges prior to service, if feasible. If the cylinder fails hydrostatic testing or any other damage has rendered the cylinder unserviceable, the contractor must identify and return tagged cylinder as such to the Medical Logistics Section. Compliance with any Certification of transporting cylinders of any type arising from local, state or Federal Department of Health Regulations is the responsibility of the contractor; and may be requested as proof to the requiring activity at any time. PICK-UP/DELIVERY TIMES AND LOCATIONS: The Government will make the cylinders readily available at the day and time listed below: SCHRIEVER CLINIC: 220 Falcon Parkway, Building 220, Schriever AFB, CO Phone: (719) 567-4455 Once every two weeks, 7:30 am ? 3:30 pm PETERSON CLINIC: 559 Vincent Street, Building 959, Peterson AFB, CO Phone: (719) 556-1353 Tuesday, 7:30 am - 4:30 pm AREA DENTAL LAB: 1045 E. Stewart Ave, Bldg 2012, Peterson AFB, CO Phone: (719) 556-1619 Wednesday, 6:30 am ? 3:30 pm hrs Upon the customer?s request, and mutual agreement with the contractor, pick-up/deliveries may be required outside of normal hours at premium charges, if applicable. In the event of base closure, the 21st Medical Logistics Section will make arrangements for service. In addition, if weather conditions exist which prevents contractor?s delivery within the specified hours or operations, the 21st Medical Logistics, shall be notified within one hour of the estimated time of arrival. An alternate method of pick up and delivery of medical cylinders shall be provided by the contractor should this situation arise if feasible. Additionally, the Government, as proof of performed service, shall retain a copy of the pick-up/delivery ticket. HOLIDAYS: No pick-ups or deliveries shall be made on Saturdays, Sundays or Federal holidays. The dates shown are as follows: New Years Day, January 1 Martin Luther King Day, third Monday in January President?s Day, last Monday in February Memorial Day, last Monday in May Independence Day, July 4 Labor Day, first Monday in September Columbus Day, second Monday in October Veterans Day, November 11 Thanksgiving Day, fourth Thursday in November Christmas Day, December 25 GOVERNMENT-OWNED PROPERTY. The government will provide the materials listed as a beginning inventory of items necessary for medicinal gas refill services. Upon termination of this contract, the contractor shall return to the government a like inventory (in terms of number, type, and quality of cylinders). Cylinder, Medical Oxygen Size D (D Med O2); Green Qty 9 Cylinder, Medical Oxygen Size E (E Med O2); Green Qty 6 Cylinder, Medical Oxygen Size K (K Med O2); Green Qty 1 Cylinder, Industrial Oxygen Size K (K IND O2); Green Qty 38 Cylinder, Medical Carbon Dioxide Size E (E Med CO2); Grey Qty 1 Cylinder, Medical Grade Nitrogen (C DEY MN) Size D; Grey w/Black Band) Qty 1 Cylinder, Medical Grade Nitrous Oxide (CG MN2O) Size E; Blue Qty 1 Cylinder, Argon Gas Size 400 Gal; Blue Qty 3 Cylinder, Medical Oxygen Size E; Green Qty 31 Cylinder, Medical Oxygen Size 15 cu ft; Green Qty 14 Air Compressed Size E; Green Qty 14 WEEKLY ON-SITE FILL IS CONDUCTED FOR LIQUID NITROGEN (CYLINDER IS GOVERNMENT-OWNED) CONTRACT MANAGER. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate(s) who shall act for the contractor when the manager is absent shall be designated in writing to the contract officer. Authority. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. Availability. The contract manager or alternate shall be available during normal duty hours 0730 ? 1630, to meet on the Peterson Air Force Base (PAFB) installation with government personnel designated by the contracting officer to discuss problem areas. After normal duty hours, the manager or designated alternate shall be available within 24 hours. Language Requirement. The contract manager and alternate(s) must be able to fluently read, write, speak, and understand English. EMPLOYEES APPEARANCE. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the company name and employee name. EMPLOYMENT RESTRICTION. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoDD 5500.7-R (for military and civilians). MILITARY PERSONNEL. The contractor is cautioned that off-duty active military personnel who are under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. Military reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor?s ability to perform and shall not constitute an excuse for nonperformance under this contract. SECURITY REQUIREMENTS. The contractor shall ensure all personnel employed in the performance of this contract, or any representative of the contractor entering the Government installation, abides by all applicable security regulations (AFI 31-204, Air Force Motor Vehicle Traffic Supervision, Chapters 2 & 3). BASE ACCESS. The Contractor shall furnish a current Contractor Employee Roster/Access List, and submit it through the Contracting Officer to the Security Forces Pass and Registration Office. The roster shall be updated within 10 days of changes. The contractor shall obtain vehicle passes for all contractor and personal vehicles requiring entry to Peterson AFB or Schriever AFB. Vehicle registration, proof of insurance, and a valid driver?s license must be presented for all vehicles to be registered in accordance with AFI 31-204, Chapter 3. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all Government-owned property provided to the contractor. VII. Delivery FOB Destination to 21 Medical Group Clinic at Peterson AFB, CO 80914, 21 Medical Group, Schriever Troop Clinic at Schriever AFB CO 80912, and 21 Medical Group, Area Dental Lab at Peterson AFB, CO 80914. Period of Performance: 1 Oct 2006 ? 30 Sep 2007, base year plus 3 option years. VIII. FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004), applies to this acquisition. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract based on lowest responsive offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). X. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/. XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. XII. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are [b(5)(i), (14), (15), (16), (17), (18), (19), (20), (26)] and [c (1)(2)] XIII. The following clauses are also applicable to this acquisition: 52.232-18, Availability of Funds; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of Contract; 52.204-7, Central Contractor Registration; Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. AFFARS 5352.201-9101, Ombudsman - A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, Co 80914-4350, 719-554-5250, fax 719-554-5299, a7K.wf@afspc.af.mil. XIV. N/A XV. N/A XVI. Quotes are required to be received no later than 5:00 pm Mountain Standard Time, Friday September 29, 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; statement that ORCA has been completed (see para X above). Quotes shall be delivered via fax to (719) 556- 4321 or email to robert.brackett@peterson.af.mil XVII. Please direct any questions regarding this solicitation to SSgt Rob Brackett at robert.brackett@peterson.af.mil
 
Place of Performance
Address: Peterson AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01154847-W 20060928/060926220734 (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.