Search Contract Opportunities

Medical Gas Delivery   2

ID: 36C26222Q0882 • Type: Synopsis Solicitation

Description

Posted: Oct. 4, 2022, 11:51 a.m. EDT
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 2 0002 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 To all Offerors/Bidders 36C26222Q0882 05-18-2022 X X x 1 This amendment is issued to provide the class waiver for clause 852.219-78 VA Notice of Limitations on Subcontracting on NAICS code 325120-Industrial Gas Manufacturing. Attached is the SBA waiver notice and the class waiver list that includes the NAICS code for this solicitation The solicitation is being extended to May 20th, 2022 at 10am. All other terms and conditions remain unchanged.
Posted: May 18, 2022, 3:55 p.m. EDT
Posted: May 12, 2022, 1:04 p.m. EDT
Posted: May 6, 2022, 4:46 p.m. EDT
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Medical Gas Delivery 1.b. Description: VA San Diego Healthcare System is seeking a contractor to deliver various medical gases for the VA Medical Center San Diego. 1.c. Project Location: VA San Diego Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q0882. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 325120, Industrial Gas Manufacturing. 1.g. Small Business Size Standard: 1000 employees 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: one year 1.j. Request for Information (RFI) should be submitted via email no later than 10am PST Wednesday, May 11, 2022 to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA San Diego Healthcare System is seeking a contractor to deliver various medical gases for the VA Medical Center San Diego. 2.2. Background. 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 2.3. Scope. The contractor tasks include: The 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 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 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 shall sign in and out of the facility with VAMCSD warehouse staff. The 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 shall respond via phone call or email the same day to requests made for specialized gases needed for medical procedures. The contractor must respond within a 2-hour time frame to be able to deliver gases in emergent situations as needed by the VAMCSD and OPC(s) Delivery Locations: Location Requirements: Chula Vista- Oxygen, medical, aluminum, E-tank grab n go (6) N2, liquid, refill, liter (2) Deliveries Bi-Weekly Kearny Mesa - Oxygen, medical, aluminum, E-tank grab n go (17) N2, liquid, refill, liter (3) Deliveries Weekly Sorrento Valley - Oxygen, medical, aluminum, E-tank grab n go (3) N2, liquid, refill, liter (1) Yearly Escondido - Oxygen, medical, aluminum, E-tank grab n go (3) N2, liquid, refill, liter (1) When needed. Usually every 6 months. Oceanside - Oxygen, medical, aluminum, E-tank grab n go (6) N2, liquid, refill, liter (2) Monthly 2.4. General Requirements Contractor will send usage report to the technical POC or contracting officer representative on a monthly basis on all gases purchased with the exact amount purchased and cylinder rental charges by locations to VASDHS. Invoices need to be separated by location (location must be annotated on each invoice) so the COR can properly track funds being spent. One purchase order will be used for this procurement. 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 2.5. Safety Requirements All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. The VAMC San Diego building 1, main building, contains asbestos. Any worker entering these asbestos containing areas must have an asbestos certification of no less than 16 hours and a valid fit test certification. Certifications must be presented to the VA project manager before any work in an asbestos area may begin. All personnel entering the facility must undergo COVID-19 screening. 2.6. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.7. Period of Performance. The period of performance will be one year from award date. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 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 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.8. Contractor Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.9. Insurance Coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Thursday May 19th, 2022 to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with UEI no. Your company information and quote should be on the attached Enclosure 1 & 3 form. 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

Overview

Response Deadline
May 20, 2022, 1:00 p.m. EDT (original: May 19, 2022, 1:00 p.m. EDT) Past Due
Posted
May 6, 2022, 4:46 p.m. EDT (updated: Oct. 4, 2022, 11:51 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
VA San Diego Healthcare System San Diego 92161 United States
Source
SAM

Current SBA Size Standard
1200 Employees
Pricing
Fixed Price
On 5/6/22 VISN 22: Desert Pacific Healthcare Network issued Synopsis Solicitation 36C26222Q0882 for Medical Gas Delivery due 5/20/22. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 325120 (SBA Size Standard 1200 Employees) and PSC 6835.
Primary Contact
Title
Contract Specialist Intern
Name
Ositadima Ndubizu   Profile
Phone
(562) 766-2252

Documents

Posted documents for Synopsis Solicitation 36C26222Q0882

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C26222Q0882

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C26222Q0882

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C26222Q0882

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C26222Q0882

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C26222Q0882

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 262-NETWORK CONTRACT OFFICE 22L (36C262)
FPDS Organization Code
3600-00262
Source Organization Code
100173469
Last Updated
Dec. 31, 2022
Last Updated By
ositadima.ndubizu@va.gov
Archive Date
June 29, 2022