Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

68 -- MEDICAL GASES

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K0013R0041
 
Archive Date
9/14/2013
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W81K00-13-R-0041 for purchase request GFEBS 0010331467 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120. Size standard is 1000 employees. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: AUGUST 30, 2013. The requirements of this solicitation is for Medical Gases for Lyster Medical Clinic, Fort Rucker, AL. Performance Period: 1 October 2013 through 30 September 2018. Item No. 0001AA LIQUID MEDICAL OXYGEN USP DEWARS QTY: 48 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AB LIQUID MED O2 USP DEWARS RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AC AI USP 200 MED COMPRESSED GAS QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AD AI USP 200 MED COMP GAS CYLINDER RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AE NI NF 200 MED NITROGEN QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AF NI NF 200 MED NITROGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AG OXYGEN USP 200 MED OXYGEN QTY: 25 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0001AH OXYGEN USP 200 MED OXYGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 0002 CONTRACT MANPOWER REPORTING QTY: 1 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001 Medical Gases for Lyster Medical Clinic, Fort Rucker, AL. Option Year 1. Period of Performance 1 Oct 14 - 30 Sep 15. Item No. 1001AA LIQUID O2 USP QTY: 48 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AB LIQUID MED O2 USP DEWARS RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AC AI USP 200 MED COMPRESSED GAS QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AD AI USP 200 MED COMP GAS CYLINDER RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AE NI NF 200 MED NITROGEN QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AF NI NF 200 MED NITROGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AG OXYGEN USP 200 MED OXYGEN QTY: 25 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 1001AH OXYGEN USP 200 MED OXYGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001 Medical Gases for Lyster Medical Clinic, Fort Rucker, AL. Option Year 1. Period of Performance 1 Oct 15 - 30 Sep 16. Item No. 2001AA LIQUID O2 USP QTY: 48 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001AB LIQUID MED O2 USP DEWARS RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $_________ Item No. 2001AC AI USP 200 MED COMPRESSED GAS QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001AD AI USP 200 MED COMP GAS CYLINDER RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001AE NI NF 200 MED NITROGEN QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001AF NI NF 200 MED NITROGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001AG OXYGEN USP 200 MED OXYGEN QTY: 25 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 2001AH OXYGEN USP 200 MED OXYGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001 Medical Gases for Lyster Medical Clinic, Fort Rucker, AL. Option Year 1. Period of Performance 1 Oct 16 - 30 Sep 17. Item No. 3001AA LIQUID O2 USP QTY: 48 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AB LIQUID MED O2 USP DEWARS RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AC AI USP 200 MED COMPRESSED GAS QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AD AI USP 200 MED COMP GAS CYLINDER RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AE NI NF 200 MED NITROGEN QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AF NI NF 200 MED NITROGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AG OXYGEN USP 200 MED OXYGEN QTY: 25 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 3001AH OXYGEN USP 200 MED OXYGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001 Medical Gases for Lyster Medical Clinic, Fort Rucker, AL. Option Year 1. Period of Performance 1 Oct 16 - 30 Sep 17. Item No. 4001AA LIQUID O2 USP QTY: 48 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AB LIQUID MED O2 USP DEWARS RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AC AI USP 200 MED COMPRESSED GAS QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AD AI USP 200 MED COMP GAS CYLINDER RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AE NI NF 200 MED NITROGEN QTY: 30 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AF NI NF 200 MED NITROGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AG OXYGEN USP 200 MED OXYGEN QTY: 25 EA; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Item No. 4001AH OXYGEN USP 200 MED OXYGEN RENTAL QTY: 12 MO; UNIT PRICE: $__________ TOTAL AMOUNT: $___________ Place of Performance: Lyster Medical Clinic 301-2100 5th Ave Fort Rucker, AL 36362-5000 UNITED STATES FAR and DFARS provisions and clauses. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offerors - Commercial Items (JUNE 2008). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM prvidions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full ext can be obtained. INFORMATION REGARDING SUBMISSION OF PROPOSALS: Proposals shall be submitted in accordance with the 52.212-2(o) hardcopies as follows: two (2) complete hard copies, inclusive of four (4) separate sections as outlined in WRITTEN DOCUMENTATION below. The hardcopy shall be submitted to: Southern Regional Contracting Office Fort Gordon Cell, ATTN: Ms. Valerie DeVeaux, 39706 40th Street Fort Gordon, GA 30905. Due Date: August 30, 2013, 3:00 PM EST. The proposals submitted must clearly identify this notice, contractor submitting proposals (point of contacts, i.e. telephone numbers, address, and emails, etc). Offerors bear the burden of ensuring that the proposals reached the designated contracting office and contract specialist on time and should allow a reasonable time for to be completed. The contract specialist for this action is Ms. Valerie DeVeaux (706) 787-8438. WRITTEN DOCUMENTATION: Offeror shall prepare in four (4) separate sections of the proposals as follows (NOTE: offers submitted through AFSI are unacceptable). SECTION I - ADMINISTRATIVE (Factor 1) SECTION II - TECHNICAL CAPABILITY (Factor 2) SECTION III - PAST PERFORMANCE (Factor 3) SECTION IV - PRICE (Factor 4) SECTION I - Administrative. SECTION 1. - ADMINISTRATIVE INFORMATION. a. Request for Proposal. A copy of the Solicitation with original signatures of a corporate officer authorized to negotiate for the company. Include name of the company, phone, fax numbers, and email addresses. b. Acknowledged and signed, Original copies of amendments if applicable. c. Completed copy of the Representations and Certifications at FAR 52.212-3; (p) All offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be eligible for award. If you had an active record in CCR, you have an active record in SAM. You do not need to do anything in SAM at this time, unless a change in your business circumstances required a change in SAM in order for you to be paid or to receive an award. If you are not registered in SAMs you will need to register in SAM to meet the requirements found in the applicable provisions and clauses. Registration requires a DUNS number and may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Instructions for registration are available at the SAM website. d. The offeror shall provide with its proposal points of contact for administration of the contract during offerors normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the named individual (s) should possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. If there are different POCs for different conditions, such as weekdays, weekends, holidays, etc., please furnish and explain. SECTION 2. - TECHNICAL. a. Offeror shall provide in accordance with the Performance Work Statement (PWS) & explain how your company will comply with the Performance Work Statement. The Government will evaluate the quote for completeness and reasonableness as it describes the offerors approach to accomplishing the services described in the PWS. The Government will evaluate the quote for demonstrating that the offeror has a clear understand of the nature and magnitude of the effort required to provide services. SECTION 3. - SECTION III - Past Performance. a. Offeror shall provide at a minimum at least three references of recent and relevant services under prior and exiting contracts for the same or similar services. The government may also consider any additional past performance information that is available to the government. Offerors are reminded that while the government may elect to consider data obtained from other sources, the burden of providing thorough and complete performance information rests with the offeror. SECTION IV- Price. a. Submit pricing for all Contract Line Item Numbers (CLINs) for the base year and all option years. Provide total pricing for the base year and each option year as well as a grand total for the price of your entire proposal. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. WRITTEN DOCUMENTATION: Offeror shall prepare in four (4) separate sections of the proposals as follows (NOTE: offers submitted through AFSI are unacceptable). SECTION I - ADMINISTRATIVE (Factor 1) SECTION II - TECHNICAL CAPABILITY (Factor 2) SECTION III - PAST PERFORMANCE (Factor 3) SECTION IV - PRICE (Factor 4) SECTION I - Administrative. a. Request for Proposal. A copy of the Solicitation with original signatures of a corporate officer authorized to negotiate for the company. Include name of the company, phone, fax numbers, and email addresses. b. Acknowledged and signed, Original copies of amendments if applicable. c. Completed copy of the Representations and Certifications at FAR 52.212-3; (p) All offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be eligible for award. If you had an active record in CCR, you have an active record in SAM. You do not need to do anything in SAM at this time, unless a change in your business circumstances required a change in SAM in order for you to be paid or to receive an award. If you are not registered in SAMs you will need to register in SAM to meet the requirements found in the applicable provisions and clauses. Registration requires a DUNS number and may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Instructions for registration are available at the SAM website. d. The offeror shall provide with its proposal points of contact for administration of the contract during offerors normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the named individual (s) should possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. If there are different POCs for different conditions, such as weekdays, weekends, holidays, etc., please furnish and explain. SECTION II - Technical Capability. a. Offeror shall provide in accordance with the Performance Work Statement (PWS) & explain how your company will comply with the Performance Work Statement. The Government will evaluate the quote for completeness and reasonableness as it describes the offerors approach to accomplishing the services described in the PWS. The Government will evaluate the quote for demonstrating that the offeror has a clear understand of the nature and magnitude of the effort required to provide services. SECTION III - Past Performance. a. Offeror shall provide at a minimum at least three references of recent and relevant services under prior and exiting contracts for the same or similar services. The government may also consider any additional past performance information that is available to the government. Offerors are reminded that while the government may elect to consider data obtained from other sources, the burden of providing thorough and complete performance information rests with the offeror. SECTION IV- Price. a. Submit pricing for all Contract Line Item Numbers (CLINs) for the base year and all option years. Provide total pricing for the base year and each option year as well as a grand total for the price of your entire proposal. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical acceptability of the offeror's proposal to meet the Government requirement, and (ii) price. Awardee will be the Lowest Priced, Technically Acceptable (LPTA) Offeror. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Exchanges may occur for clarification purposes only, the Government intends to evaluate proposals and award a contract without discussion. Technical Acceptable Source Selection Process. 1. Technical acceptability: (a) Proposals shall be evaluated using lowest price technically acceptable source selection process where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Inclusive of the offeror's technical acceptability to perform the services the offeror shall demonstrate in their proposal: (1) The Offeror's ability, skills, experience, knowledge, and past performance in performing required services. Information is limited to no more than 5 pages. (2) Past Performance evaluation information shall indicate the offeror's ability to perform the contract successfully. Offeror shall indicate, provide or identify past or current contracts including Federal, State, local government and private for efforts similar to the Government requirement. The Government shall consider this information as well as information obtained from any other sources, when evaluating the offeror's past performance. In the case of any offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorable or unfavorably on past performance. Information is limited to no more than 10 pages. 2. Price. The lowest price acceptable source selection result from selection of the technically acceptable proposal with the lowest evaluated price. 3. Technical and past performance, when combined is significantly more important than price. (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). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www. www.sam.gov. soliciation to the responsible offeror whose offer conforming to the solicitation and 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. Offers are due by 30 August 2013, 3:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil Contracting Office Address: Southern Regional Contracting Office - East 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necessary: 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). www.arnet.gov/far; www.acq.osd.mil/dp/dfars.html 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.215-20 - Requirements For Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data. (OCT 2010). 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (NOV 2011). 252.215-7007 - Notice of Intent to Resolicit (JUN 2012). This solicitatilon provides offerors fewer than 30 days to submit proposals. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and resolicit for an additional period of at least 30 days in accordance with 215.371-2. (End of provision). 252.215-7008 - Only One Offer (JUN 2012). a) The provision at FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data other Than Certified Cost or Pricing Data, with any alternate included in this solicitation, does not take effect unless the Contracting Officer notifies the offeror that- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Upon such notification, the offeror agrees, by submission of its offer, to provide any data requested by the Contracting Officer in accordance with FAR 52.215-20. (c) If negotiations are conducted, the negotiated price should not exceed the offered price. (End of provision) 52.212-3 - Offeror Reprensntations and Certifications - Commercial Items (APR 2012). 52.203-3 - Gratuities (APR 1984). 52.203-6 - Restriction on Subcontractor Sales to the Government (SEP 2006). 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions (OCT 2010). 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011). 52.204-9 - Personal Identity Verification of Contractor Personnel (JAN 2011). 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012). 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.219-4 - Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (JAN 2011). 52.219-28 -- Post-Award Small Business Program Representation (JAN 2011). 52.222-3 - Convict Labor (JUN 2003). 52.222-19 - Child Labor-Cooperation With Authorities And Remedies (MAR 2012). 52.222-21 - Prohibition of Segregated Facilities (FEB 1999). 52.222-26 - Equal Opportunity (MAR 2007). 52.222-35 - Equal Opportunity for Veterans (SEP 2010). 52.222-36 - Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-37 - Employment Reports on Veterans (SEP 2010). 52.222-50 - Combating Trafficking in Persons (FEB 2009). 52.222-54 - Employment Eligibility Verification (JUL 2012). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997). 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.228-5 - Insurance - Work on a Government Installation (JAN 1997). 52.232-18 - Availability of Funds (APR 1984). 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004). 52.237-3 - Continuity of Services (JAN 1991). 52.242-13 - Bankruptcy (JUL 1995). 252.201-7000 - Contracting Officer's Representative (DEC 1991). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009). 252.204-7000 - Disclosure of Information (DEC 1991). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.204-7011 - Alternative Line-Item Structure (SEP 2011). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7002 - Requests for Equitable Adjustment (MAR 1998). 52.204-99 - System For Award Management Registration (AUG 2012). 52.217-8 - Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor 30 days before contract expires. (End of clause) 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). (a) The Government may extend the term of this contract by written notice to the Contractor 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.219-28 - Post-Award Small Business Program Representation (APR 2012). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 - Authorized Deviations in Clauses (APR 1984). "DoD FAR Supplement (48 CFR Chapter 2)". 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2010) (DEVIATION). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 20112) (DEVIATION). PERFORMANCE WORK STATEMENT US Army School of Aviation Medicine Fort Rucker, Alabama Section 1: GENERAL The contractor shall perform all pick-up, refill, and delivery of medical gases to include compressed oxygen, compressed nitrogen, nitrous oxide, carbon dioxide, and liquid oxygen to the United States Army School of Aviation Medicine (USASAM), Bldg 301, 301 Andrews Ave. Fort Rucker, AL 36362 as directed by the Contracting Officer's Representative (COR). 1.1 BACKGROUND INFORMATION: USASAM has government owned cylinders requiring medical gas refills as required for the operations of the only hypobaric chamber in the US Army. Contractor must properly handle, store, and transport medical gas cylinders in accordance with all local, state and federal requirements. 1.2 PERSONNEL. N/A. 1.3. PHYSICAL SECURITY. N/A. 1.4. QUALITY CONTROL. The contractor shall establish and maintain a complete Quality Control Plan to ensure that the requirements of the contract are provided as specified at Technical Exhibit 1 and Section 5. 1.5. The plan shall describe the methods for identifying and preventing defects before the level of performance becomes unacceptable. 1.6 QUALITY ASSURANCE. The government will evaluate the contractor's performance under this contract using the method of surveillance specified in the Quality Assurance Surveillance Plan (QASP) at Technical Exhibit 1. All surveillance observations will be recorded by the government. When an observation indicates defective performance, the COR will obtain the contractor's initials on the record of the observation. 1.7 HOURS OF OPERATION. 1.7.1 Normal Hours. USASAM hours of operation are 0730 to 1615 EST Monday through Friday. Facility observes all Federal Holidays as follows: January 1st New Year's Day 3rd Monday in Jan Martin Luther King, Jr. Birthday 3rd Monday in Feb Presidents Day Last Monday in May Memorial Day July 4th Independence Day 1st Monday in Sep Labor Day 2nd Monday in Oct Columbus Day November 11th Veterans Day 4th Thursday in Nov Thanksgiving Day December 25th Christmas Day Facility also observes various Training Holidays in conjunction with Federal Holidays. 1.7.2 Emergency Services. The contractor shall be able to provide and comply with a 24-hour emergency, urgent on-site response when required. 1.8 CONSERVATION OF UTILITIES. The contractor shall participate in Government energy conservation programs. SECTION 2 DEFINITIONS 2.1 STANDARD DEFINITIONS. 2.1.1 Medical compressed air. A colorless, odorless gas stored in cylinders under pressure. 2.1.2 Contracting Officer (KO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 2.1.3 Contracting Officer Representative (COR). An individual designated by the contracting officer to act as his representative to assist in administering a contract. The source and authority for a COR are contained in the written letter of designation. 2.1.4 Customer Complaint. A means of documenting certain kinds of contract service problems. A government program that is explained to every organization that receives service under this contract which is used to evaluate contractor's performance. 2.1.5 Defective Performance. A service output that does not meet the standard of performance associated with it in the Performance Requirements Summary (PRS). 2.1.6 Government Property. All property owned or leased to the government or acquired by the government under the terms of the contract. Government property includes both government furnished property and contractor acquired property as defined in Federal Acquisition Regulation (FAR) 45.101. 2.1.7 Liquid Oxygen. Oxygen that is in a liquid state and is about 200ºC. Used for hypobaric chamber operations above 18,000ft. 2.1.8 Quality Control (QC). Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. 2.1.9 Material Safety Data Sheet (MSDS). A document that contains information on the potential health effects of exposure to chemicals, or other potentially dangerous substances, and on safe working procedures when handling chemical products. 2.1.10 Medical Nitrogen. A colorless, odorless, tasteless gas that is biologically important. Nitrogen is a constituent of protein and nucleic acids and is present in all living cells. Nitrogen does not support respiration and is fatal if breathed alone. 2.1.11 Quality Assurance Surveillance Plan (QASP). An organized written document used for the quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor. 2.1.12 Medical Oxygen. A colorless, odorless and tasteless gas that makes up about 20% of the air we breathe and which combines with most of the other elements to form oxides. 2.1.13 Performance Requirements Summary (PRS). Identifies the key service outputs of the contract that will be evaluated by the government to assure contract performance standards are met by the contractor. 2.1.14 Quality Assurance (QA). Those actions taken by the government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. SECTION 3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1 Cylinders. See Technical Exhibit 2 for list of government owned medical gas cylinders. 3.2 The government shall make available to the contractor, all cylinders, valves and cylinder valve protection caps to be serviced and/or refilled. 3.3 The government property made available under this contract shall be for use only in the performance of the resulting contract. SECTION 4 CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1 The contractor shall provide all labor and equipment necessary to perform the required medical gas refill services. SECTION 5 SPECIFIC TASKS. 5.1 Medical Oxygen, Medical compressed air, Liquid Oxygen, Medical Nitrogen shall conform to standards in the United States Pharmacopoeia/National Formulary (USP/NF) unless otherwise stated. 5.2 Medical Nitrogen shall be of Medicinal Grade A and shall conform to the latest version of BB-N-411C, "Federal Specification for Nitrogen". 5.3 All cylinders shall be picked up from and delivered to USASAM, 301 Andrews Ave. Fort Rucker, AL 36362 as directed by the COR. 5.4 Deliveries will be scheduled between the Contractor and the Government during normal duty hours Mon through Friday. 5.5 All cylinders shall be picked up and delivered on upon request of the COR or his/her designee. The contractor shall also give prior 30 day notice and reschedule for any non-federal holiday the contractor might observe. Coordination shall be made with the personnel cited in paragraph 5.20. 5.6 Emergency Service. The contractor shall be available 24 hours a day, seven days a week, including all holidays, to meet emergency requirements. The contractor shall provide an on-call number, acknowledge receipt of call within one hour, and make required deliveries within eight hours of emergency call. 5.7 Inspection/Acceptance. The contractor shall only tender for acceptance those items that conform to the requirements of this contract. The government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The government may require repair or replacement of non-conforming supplies/equipment or re-performance of non-conforming services at no increase in contract price. The government must exercise its post delivery acceptance rights (1) within 24 hours after the defect was discovered or should have been discovered; and (2) before substantial change occurs in the condition of the item, unless the change is due to the defect in the item. 5.8 The contractor shall inspect government owned cylinders received for charging or reconditioning in accordance with the Product Item Description (PID), applicable DOT Regulations, the assigned gas service, and as specified in MIL-STD-1411A "DOD Standard Practice, Inspection and Maintenance of Compressed Gas Cylinders". The number of acceptable cylinders and serial numbers shall be recorded to identify a specific contract. Accepted cylinders shall be forwarded for charging. Cylinders not meeting inspection levels shall be scheduled for proper maintenance in accordance with (IAW) MIL-STD-1411A, paragraphs 5.2 and 5.3. Rejected and/or condemned cylinders shall be handled in accordance with MIL-STD-1411A, paragraph 4. 5.9 Cylinders received by the contractor for maintenance/reconditioning or recharging with a specific gas shall be inspected for legible and accurate identifications, markings, dimensions, color coding and stenciling. Inspection will be conducted by Oxygen Purity Control Monitors designated by Lyster Army Health Clinic (LAHC). Monitors shall ensure presence of a valve protection cap, as applicable, the proper cylinder, valve, valve outlet and that the cylinder is in the gas service as specified. 5.9.1 The contractor's paperwork (e.g., shipping order) accompanying each delivery shall give the total amount by type, including list of serial numbers (if applicable), lot numbers, and expiration dates of product for all cylinders delivered. 5.10 Contractor shall provide all applicable Material Safety Data Sheets (MSDS) upon initial delivery or as revisions, updates, or amendments become available for each product/end item, applicable materials, components/supplies utilized in the production/fabrication of each end item/product being delivered requiring a MSDS, to include but not limited to gases by type, paint, threading compound/sealant, lubricant, etc. IAW the fill contract delivery order/contract delivery requirements. 5.11 Cylinder Maintenance/Reconditioning - Periodic Testing/Hydrostatic Testing, Ultrasonic Examination (UE), External Visual Examination, Internal Cylinder Evaluation, Hammer Testing and Leakage Testing. 5.11.1 The Contractor shall be responsible to conduct all periodic testing by hydrostatic test procedures, ultrasonic examinations, external visual examinations/serviceability inspections, internal cylinder evaluations (any time a valve is removed from a cylinder for any reason), hammer testing (if applicable) IAW Compressed Gas Association Pamphlet (CGA) C-1 "Methods for Hydrostatic Testing of Compressed Gas Cylinders", CGA C-5 "Wall Stress Requalification Criteria for High Pressure Seamless Steel Cylinders", CGA C-6 "Standards for Visual Inspection of Steel Compressed Gas Cylinders", CGA G-4.1 "Cleaning Equipment for Oxygen Service", and MIL-STD-1411A. 5.11.2 Hydrostatic/UE tests on cylinders will be completed within 21 days of pick-up by the contractor, or upon the requested pick-up date from USASAM. 5.11.3 Cylinders will undergo periodic hydrostatic/UE testing IAW Code of Federal Regulations (CFR) 49 180.605 "Requirements for Periodic Testing, Inspection and Repair of Portable Tanks", CGA C-1 and MIL-STD-1411A. 5.11.4 Compressed gas cylinders shall not be refilled if Hydrostatic/UE test date has expired. 5.11.5 Leakage testing shall be performed on all cylinders that have been filled with a compressed gas IAW the fill contract delivery order. Each cylinder shall be tested at all points that may provide a point of escape for cylinder contents. Points to inspect are the head and bottom of each cylinder, the cylinder valve including the stem, the valve inlet threads, and the valve outlet. Tests shall be performed IAW MIL-STD-1411A. 5.11.6 Cylinders that are unacceptable at serviceability inspection shall be tagged for proper maintenance. Cylinders that have been scheduled for maintenance procedures shall be serviced IAW 49 CFR 180-205 "General Requirements for Requalification of Specification Cylinders" and MIL-STD-1411A. After maintenance, each cylinder shall pass the detailed serviceability requirements outlined in MIL-STD-1411A, paragraph 5.3. 5.11.7 Cylinders that cannot be upgraded by maintenance/reconditioned to meet the serviceability standards of MIL-STD-1411A, paragraph 5.2 shall be rejected at maintenance, tagged for repair or rebuild or metal stamped "condemned" with a justification IAW condemnation standards outlined in MIL-STD-1411A, paragraphs 4.1.1.1, 4.1.2.1, 4.1.3.1, and 4.1.4.1. Disposition of condemned cylinders shall be IAW MIL-STD-1411A, paragraph 4, or as directed by the contract. 5.11.8 Rejected and/or condemned cylinders shall be handled IAW MIL-STD-1 411A, paragraph 4. 5.11.9 The contractor shall be responsible for demilitarization of cylinders. 5.11.10 Records of scheduled maintenance shall be made on DD Form 250 or similar tabulation provided by the contractor. 5.12 Cylinder Retest Date. 5.12.1 Cylinders requiring Hydrostatic/UE retesting must be taken out of service 9 months prior to expiration. 5.12.2 Cylinder Hydrostatic/UE test date must not be within 36 months of expiration upon delivery. 5.12.3 Cylinders shall be retested as required by applicable Department of Transportation (DOT) Title 49 of the CFR, CGA C-1 and MIL-STD-1411A. Contractor shall be required to retest any government/ contractor-owned cylinder when requested by USASAM, the ordering activity, regardless of scheduled retest date. 5.12.4 Hydrostatic test equipment will be capable of performing the desired testing in a range of 25 to 75 percent of its designated maximum capability with an accuracy of 1 percent of any designated test pressure and resultant expansion valve. 5.13 Valve Inspection and Replacement. 5.13.1 All cylinder valves will be checked/inspected for serviceability by designated USASAM warehouse supply technicians and contractor representative (delivery/driver personnel/designee) prior to cylinder delivery acceptance and receipt IAW CGA V-1 "Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections", MIL-DTL-2G and MIL-STD-1411A. 5.13.2 Each valve will be inspected for damaged hand wheels, bent or leaking stems and damaged or nicked outlet seats or threads. Further inspection shall be made for dirt, grease, or insect residue. Packing nuts shall be snug to control leakage and bonnet nuts shall be locked tight. Valve inlet threads should expose more than one thread between the cylinder neck and the wrenching boss of the valve. The valve shall be functional and shall control the gas flow at the valve seat when residual gas is checked. Valve outlets shall be IAW MIL-DTL-2G and the applicable specification sheet as specified in the PID. Damaged or faulty valves shall be scheduled for maintenance or replaced by contractor IAW MIL-DTL-2G. 5.13.3 Government and contractor owned cylinder valves damaged upon and/or after delivery receipt and acceptance shall be replaced by servicing contractor on all government and/or contractor owned cylinders at the cost of the government, unless the government exercises its post delivery acceptance rights (1) within 24 hours after the defect is discovered or should have been discovered; and (2) before substantial change occurs in the condition of the item, unless the change is due to the defect in the item. 5.13.4 Damaged government and contractor owned cylinder valves on all government and contractor owned cylinders will be replaced at the expense of the contractor if damaged during transport, delivery and/or prior to designated MACH warehouse supply technician delivery receipt and acceptance. 5.14 Cylinder/Valve Protection Caps 5.14.1 Cylinder/valve protection caps shall be installed on all cylinders designed with neck rings or flanges. 5.14.2 Valve hood protection caps for cylinders designed to receive such caps shall be the correct size and securely attached with full thread engagement to the cylinders in a manner to protect the valves from damage during transit, delivery, and storage. Refer to 49 CFR 173-301 (h) "General Requirements for Shipment of Compressed Gases in Cylinders and Spherical Pressure Vessels", and MIL-STD-1411A. 5.14.3 Replacement valves shall be threaded IAW CGA V-1. 5.14.4 Cylinder/valve protection caps will be inspected for cracks, dents, and/or a mismatch in size. Caps with internal threads that are stripped or damaged, making hand mounting on the cylinder impractical and/or showing rust and corrosion shall be rejected. 5.14.5 Hydrocarbon lubrication is not allowed on cap or flange threads; however, fire resistant fluorocarbon or silicon lubricants are permissible, if approved for use on medical gas cylinders. 5.15 Permanent Markings, Tags, and Labels 5.15.1 The permanent marking requirements for compressed gas cylinders will be IAW DOT specification in part 178.255-14 of Title 49 CFR, and in the government procurement specifications. These markings must be maintained in a legible condition as required by Part 173 of Title 40 CFR. 5.15.2 All cylinders shall be appropriately labeled, tagged, and/or marked IAW MIL-STD-1411A, and Title 49 CFR by contractor utilizing required lettering, stenciling, decals, metal lettering, and/or number stamping when required by applicable regulation. Contractor shall verify before delivery receipt and acceptance by USASAM that all required identifying medical gas labels; including lot number, labels, and/or tags are properly affixed or secured to the cylinders. 5.15.3 Cylinders shall be labeled or tagged and shipping documents annotated IAW requirements of contract delivery order to comply with MIL-STD-129, Military Marking for Shipment and Storage. Cylinders shall also have a label to tag attached with the statement "Dangerous-Compressed Gas Cylinder-Only Trained Personnel Should Handle". Condition Codes A, D, F, H, J, K, or L as defined in Title 49 CFR will be assigned as applicable. 5.16 Sandblasting, Painting and Cleanliness. 5.16.1 Cylinder and cylinder/valve protection cap paint shall conform to Federal Specification A-A-3165 "Lacquer, Gloss for Aircraft Use". 5.16.2 The use of color coding is mandatory for all departments and agencies of the Department of Defense, with regards to the purchase and use of compressed gas cylinders IAW MIL-STD-101B, "Color Code for Pipelines and Compressed Gas Cylinders", and the specified PID. Medical gas cylinder colors shall be IAW CGA Pamphlet C-9, "Standard Color Markings for Compressed Gas Cylinders for Medical Use". 5.16.3 Cylinder/valve protection caps shall be painted to comply with the color code requirements of the cylinder on which they are installed. 5.16.4 Cylinders and cylinder valve protection caps shall be sandblasted and primed prior to painting if required by the applicable paint specification. Refer to MIL-STD-101B, MIL-STD-1411A, DOD-P-15328D "Military Specification Primer (Wash), Pretreatment (Formula No. 117 for Metals) and Amendment 1 to DOD-P-15328D. 5.16.5 Sandblasting and painting of cylinders and cylinder/valve protection caps will be completed and shipped back to USASAM within 21 days of pick-up by contractor or upon the requested pick-up date from USASAM. 5.16.6 Contractor shall replace and repaint any cylinder showing signs of rust, scale, cracked paint, chipping, scratches, chalking, and/or peeling paint IAW MIL-STD-1411A, "Notice 1 "Inspection and Maintenance of Compressed Gas Cylinders". Cylinders displaying a random pattern of chipping or peeling shall be stripped/ sandblasted and repainted. Cylinders displaying localized chipping for a specific use pattern may be spot painted to seal the denuded metal. When a cylinder requires coverage of more than 10 percent of its area, stripping/sandblasting and painting must be performed. Cylinder/valve protection caps shall be considered a part of the cylinder package and is to be repainted along with the cylinder when it is to be repainted. 5.16.7 Bore, throat, and threads of the valve outlet shall be free of any paint splatter or paint over spray. Paint, if found on other parts of the valve, must not effect valve operation. 5.17 Cleanliness. 5.17.1 Cylinders shall be free of oil, grease and all foreign matter. Anti-seize compound, approved oxygen compatible sealant only, may be found where the valve is inserted into the cylinder. All excess threading compound shall be removed and the area wiped clean. 5.17.2 Rust, scale, caked paint and all remnants of adhesive labels, decals and tags will be removed prior to painting as outlined in MIL-STD-1411A, Notice 1, "Inspection and Maintenance of Compressed Gas Cylinders". 5.17.3 Valves shall be free of insects, insect webs/residue, dirt, corrosion, oil or grease. Do not mistake thread compound as oil or grease or vice versa. 5.17.4 Cleaning shall be performed IAW MIL-STD-1411A. 5.18 Government Owned Cylinders. Any necessary cylinder services to be furnished at additional cost under the terms of this contract shall be performed by the contractor on approval of the following activity: US Army School of Aviation Medicine ATTN: Chamber Maintenance Technician Fort Rucker, Alabama, 36362 5.19 The designated COR and ACOR are authorized to request pickup, delivery, refill, or services for their respective sections: SECTION 6 APPLICABLE PUBLICATIONS AND FORMS. 6.1 TO43D8-3-1-101 6.2 TO43D8-3-2-22 6.3 TO43D8-3-2-6 6.4 49 CFR, 180.605, Requirements for Periodic Testing, Inspection and Repair of Portable Tanks. 6.5 49 CFR, 180.205, General Requirements for Requalification of Cylinders. 6.6 DD Form 250, Material Inspection and Receiving Report. 6.7 MIL-DTL-2G, Valves, Cylinder, Gas (for Compressed or Liquefied Gases), General Specifications. 6.8 49 CFR, 173.301, General Requirements for Shipment of Compressed Gases in Cylinders and Spherical Pressure Vessels. 6.9 49 CFR, 178.255-14, Marking. 6.10 MIL-STD-129P, DOD Standard Practice for Military Marking for Shipment and Storage. 6.11 TT-L-32, Lacquer, Gloss for Aircraft Use. 6.12 MIL-STD-101B, DOD Standard Practice for Color Code for Pipelines and for Compressed Gas Cylinders. 6.13 DOD-P-15328D, Primer (Wash), Pretreatment (Formula No. 117 for Metals) (Metric). 6.14 Amendment 1 to DOD-P-15328D, Primer (Wash), Pretreatment (Formula No. 117 for Metals) (Metric). 6.15 DODI6000.2 Health Service Operations and Readiness SECTION 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.1 Attachment 1/Technical Exhibit 1-Quality Assurance Surveillance Plan (QASP) 7.2 Attachment1/Technical Exhibit 2- Deliverable Schedule Technical Exhibit 1 Quality Assurance Plan PERFORMANCE OBJECTIVES STANDARDS REF PWS METHOD OF ASSESSMENT REMEDY Provide pick-up, refill and delivery of all medical gases Timeliness Para 1, 5.3,5.4, 5.5 Observation Address w/ Contractor Emergency Service Timeliness Para 5.6 Observation Address w/ Contractor Hours of performance 7 days a week, 24 hours a day Para 1.7.1 Observation, Log monthly work hour report Address w/ Contractor Contractor furnished items and services 100% Para 4.1 Observation and evaluation of furnished equipment and services Address w/ Contractor Contractor's paperwork 100% Para 5.9.1 Inspection Address w/ Contractor Cylinder equipment maintenance Technical accuracy Para 5.11, 5.11.1, 5.11.2, 5.11.3 Observation, maintain logs Address w/ Contractor Contractor to provide Material Safety Data Sheets Technical accuracy, clarity and effectiveness Para 5.10 Observation, Inspection, COR Maintains Log Address w/Contractor TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To 5.3, 5.4, 5.4 Monthly 1 May be a invoice on paper or a faxed copy of the invoice COR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K0013R0041/listing.html)
 
Place of Performance
Address: Lyster Medical Clinic, 301-2100 5th Ave, Fort Rucker, Alabama, 36362, United States
Zip Code: 36362
 
Record
SN03150556-W 20130817/130815235752-bb235e98829d12f110d521ffac7f87f6 (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.