Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

65 -- Bulk Liquid Oxygen and Storage Tank at Darnall Army Medical Center, Fort Hood, TX

Notice Date
4/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-10-T-0091
 
Response Due
5/5/2010
 
Archive Date
7/4/2010
 
Point of Contact
Tracey Roberson, 210-221-4811
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. 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; proposals are being requested and a written solicitation will not be issued. Solicitation W81K00-10-T-0091 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This acquisition is unrestricted under NAICS code 325120 and the business size standard is 1000 employees. All responsible sources may submit a quotation which shall be considered by the agency. The requirements in this solicitation are: This solicitation is issued as Firm Fixed Price, UNRESTRICED. NOTE TO CONTRACTORS: Please submit pricing for each CLIN below for a base period and four option years thru 30 September 2014.. CLIN 0001, Medical Gases, Contractor shall deliver Medical Gases to Carl R. Darnall Army Medical Center, Bldg# 36000, Rm# 0003, Fort Hood, Texas 76544 on a as needed basis. (a) Contractor shall deliver medical-grade liquid oxygen within time frame specified by the facility representative. (b) Tank will be filled to maximum functional capacity at each refilling procedure unless otherwise specified by the facility representative. (c) Contractor shall provide emergency delivery 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. CLIN 0001AA, BULK LIQUID OXYGEN & STORAGE TANK, QTY-36,400, Unit-Cubic Feet, Base year: 1 July 2010 through 30 September 2010; CLIN 0002AB, RENTAL OF BULK LIQUID OXYGEN STORAGE TANK, Qty-3, Unit- Months, Base year: 1 July 2010 through 30 September 2010; CLIN 1001AA, QTY-75,000, Unit-Cubic Feet, 1st option year: 1 October 11 through 30 September 2012; CLIN 1002AB, Qty-12, Unit- Months, 1st option year: 1 October 11 through 30 September 2012; CLIN 2001AA, QTY-75,000, Unit-Cubic Feet, 2st option year: 1 October 12 through 30 September 2013; CLIN 2002AB, Qty-12, Unit- Months, 2nd option year: 1 October 12 through 30 September 2013; CLIN 3001AA, QTY-75,000, Unit-Cubic Feet, 3rd option year: 1 October 12 through 30 September 2013; CLIN 3002AB, Qty-12, Unit- Months, 3rd option year: 1 October 12 through 30 September 2013; CLIN 4001AA, QTY-75,000, Unit-Cubic Feet, 4th option year: 1 October 13 through 30 September 2014; CLIN 4002AB, Qty-12, Unit- Months, 4th option year: 1 October 13 through 30 September 2014; Salient Characteristics: Contractors quote must meet all required salient characteristcs below. ALL or NONE basis. (1) Must be medical grade gas. (2) 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 FDAs Current Good Manufacturing Practices (CGMP) regulations, and all labeling shall comply with FDAs labeling regulations (21 CFR Part 201). (3) 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.). (4) A valid certificate of analysis shall be provided with each delivery of liquid oxygen. (5) Equipment Specifications: Three thousand (3,000) gallon medical-grade liquid oxygen bulk storage tank with appropriately sized reserve liquid bulk oxygen tank and associated equipment (i.e., vaporizer and control equipment). NOTE: All vendors and/or commercial sales representatives that are conducting business with or providing services to Brooke Army Medical Center are required to enroll in the facilitys vendor management program. Vendors/representatives must register at www.vcsdatabase.com Award will be on an ALL OR NONE basis and brand name or equal. Delivery shall be FOB Destination to Darnell Army Medical Center. Pricing quote shall include all applicable fees. The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil This requirement is for the Darnall Army Medical Center, Fort Hood, Texas. Federal Acquisition Regulation (FAR) Clauses can be viewed by accessing website http://farsite.hill.af.mil/. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. FAR 52.212-2 [EvaluationCommercial Items]; Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; [52.217-9 Option To Extend the Term of the Contract (MAR 2000)]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-36 [Payment by Third Party]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans], 52.222-50 [Combat Trafficking in Persons], 52.225-13 [Restriction on Certain Foreign Purchases], and 52.232-33, [Payment by Electronic Funds Transfer-Central Contractor Registration]. 252.225-7001, [Buy American Act and Balance of Payments Program], 252.225-7036, [Buy American Free Trade Agreement Balance of Payments Program] 252.232-7003, [Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF)], 252.232-7010 [Levies on Contract Payments], 252.247-7023, [Transportation of Supplies by Sea] 252.247-7023 Alt III, [Transportation of Supplies by Sea. Clauses Incorporated by reference] FAR 52.252-2 and DFAR 252.212-7001, [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)], 252.212-7010 [Levies on Contract Payments]; 52.211-6 [Brand Name or Equal]. (a) The total duration of this contract, shall not exceed 66 months. The closing date and time of this solicitation is 5 May 2010, 11:00 A.M. Central Standard time. Quotes shall be submitted on company letterhead and signed by a company representative. Email quotes only to tracey.roberson@amedd.army.mil. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Tracey Roberson, phone(210)221-4811; e-mail tracey.roberson@amedd.army.mil The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: The award decision will be based on the Lowest Priced Technically Acceptable (LPTA) Quote offered to the government. The Government will award a single-contract, resulting from this solicitation, to the responsible offeror whose offer, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient and determined technically unacceptable. Evaluation of Quotations: (a) The following factors shall be used to evaluate quotes: Technical acceptability, price and past performance. (b) Provide the following information with your quote: 1. Technical Acceptable: In order to be considered technically acceptable, the quoter shall submit written documentation that must explain and demonstrate that the products offered comply with the technical requirements, salient characteristics and performance work statement described in the subparagraphs 1.1, 3.1, 3.2, 3.3, 5.2. 2.Price 3.Past Performance: Vendors shall also provide two (2) references (i.e., medical facilities) where medicalgrade bulk oxygen storage tanks were installed and bulk liquid oxygen was delivered. The references shall include the name and address of the facility, as well as, Points of Contact with phone numbers. 4.Evaluation Process: All quotes will be evaluated on its technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. (c) Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0091/listing.html)
 
Place of Performance
Address: Southern Regional Contracting Ofc (West) ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02131477-W 20100425/100424000203-8a52412450b55055a75c5d41d422ffa3 (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  © 1994-2020, Loren Data Corp.