Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

65 -- Medical Gases for VASDHS - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218U0032
 
Response Due
8/24/2018
 
Archive Date
11/22/2018
 
Point of Contact
Jason J White
 
E-Mail Address
6-2236<br
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under NAICS 325120. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources for Medical Gases for Department of Veterans Affairs, San Diego Healthcare System (VASDHS). GENERAL INFORMATION CLIN Description QTY 1 Argon, ultra high purity, 6K 15 cy 2 Air, medical, K cylinder 15 cy 3 Air, medical, aluminum 8 cy 4 Carbon Dioxide, Medical, Aluminum 400 cy 5 Carbon Dixoide, Medical 50# 225 cy 6 Helium, Ultra High Purity, 6K 5 cy 7 Helium, Balloon Grade, K 2 cy 8 Nitrogen, Ultra High Purity, K 12 cy 9 Nitrogen, Medical, K 225 cy 10 Nitrous Oxide, Medical, Aluminum 25 cy 11 Nitrous Oxide, Medical, 20# 25 cy 12 Nitrous Oxide, Medical, 50# 150 cy 13 Oxygen, Medical, Aluminum 3000 cy 14 Oxygen, Medical, K 12 cy 15 5% CO2, 5% Hydrogen, Balance Nitrogen, K 2 cy 16 5% CO2, Balance Nitrogen, K 2 cy 17 Helio OX 6 cy 18 Oxygen, Medical, Aluminum, Grab-N-Go Option 1700 cy 19 Q Tank Refill 8 ea 20 CO2 24 ea 21 N2, Liguid, Refill, Liter 7200 LI 22 Delivery 23 Tank Rental 24 Emergent Delivery, Same Day, Weekend, After Hours, or Holiday 5 ea POP: 10/1/2018-09/30/2019 ****ALL QUANTITIES LISTED ARE ESTIMATES BASED ON PRIOR YEAR USAGE. ACTUAL DELIVERY QUANTITIES MAY BE GREATER OR SMALLER. ANY PURCHASE ORDER AWARDED WILL BE FOR FY 2019. 1. Background and Scope: The purpose of this acquisition is the repetitive delivery of various medical gases for the VA Medical Center San Diego (VAMCSD), 3350 La Jolla Village Drive, San Diego, California 92161. This will support patient care and clinical activities at the VAMC San Diego as well as all the Out-Patient Clinics (OPCs) in San Diego County. The contractor or sub-contractor shall pick up contractor-owned empty cylinders located in the Material Management cylinder cage and in the hallway marked Empty Cylinders behind Receiving Office B176, the Building 2 gas cage, any clinic deliveries in the VAMCSD as well as OPC(s) in Oceanside, Sorrento Valley, Chula Vista, Escondido and Mission Valley as needed or requested. The contractor or sub-contractor shall make deliveries of full cylinders on scheduled delivery days (Tuesdays and Thursdays), ensuring seals and Full/In Use/Empty tags or barriers are in place as well as securing tanks with chains and ensuring the collection areas are locked or secured when they leave. This also includes gas deliveries to specialty care clinics in the VAMCSD and OPC(s) as needed. The contractor or sub-contractor shall furnish all labor and materials needed to complete the work at no cost to the VAMCSD except as outlined in the contract. The contractor or sub-contractor shall sign in and out of the facility with VAMCSD warehouse staff. The contractor or sub-contractor will provide a bill of lading, manifest or other documents showing the materials delivered at the time of delivery. The contractor will also provide a monthly consolidated invoice clearly showing each line item and amount of each line item delivered for that month no later than the Monday of the first working week of the following month. The contractor or sub-contractor shall respond via phone call or email the same day to requests made for specialized gases needed for medical procedures. The contractor or sub-contractor must be able to deliver gases in emergent situations in a two-hour delivery time frame as needed by the VAMCSD and OPC(s). 2. Security: All contractor personnel are required to wear identification (I.D.) badges during the entire time they are at VAMCSD and/or on its grounds. I. D. badges must, at minimum, include the picture of the contractor s employee, first and last name of the employee, and the name of the contractor on each I.D. badge. It is the responsibility of the contractor s personnel to park in the appropriate designated parking area. Parking information is available at the VA Police Department. The VA Police Department will not invalidate or make reimbursement for parking violations of the contractor's personnel under any circumstance. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business or Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Jason.white2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, 24 August 2018 at 3:30 pm (Pacific Time). If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0032/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218U0032 36C26218U0032.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4549753&FileName=36C26218U0032-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4549753&FileName=36C26218U0032-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05042924-W 20180819/180817230843-1f1010334b764b1944ec90746f3bce4c (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.