6515--Liquid Bulk Oxygen / Tank Rental / Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
36C24522R0020

Basic Details

started - 07 Dec, 2021 (about 2 years ago)

Start Date

07 Dec, 2021 (about 2 years ago)
due - 20 Dec, 2021 (about 2 years ago)

Due Date

20 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24522R0020

Identifier

36C24522R0020
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103234)VETERANS AFFAIRS, DEPARTMENT OF (103234)245-NETWORK CONTRACT OFFICE 5 (36C245) (3162)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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) The solicitation number is 36C24522R0020 and is issued as a Request for Proposal (RFP). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2021. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full
text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement is set-aside for Service Disable Veteran Owned Small Businesses. The North American Industry Classification System (NAICS) code is 325120, Industrial Gas Manufacturing and the size standard is 1,000 employees. (v) VA Maryland Health Care System is seeking to establish a Base Plus Four Options Contract for the delivery of Bulk Liquid Oxygen and Tank Rentals with routine maintenance. Proposals will be considered based on the ability to meet the requirements listed in the statement of work below and price reasonableness. This requirement consists of three (3) Line Items: Item Description Quantity Baltimore Bulk Oxygen for Primary and Reserve Tank 1 Year Loch Raven Bulk Oxygen for Primary and Reserve Tank 1 Year Baltimore and Loch Raven Tank Rental and Maintenance 1 Year Statement of Work Direct automatic delivery of Bulk Liquid Oxygen to Baltimore and Loch Raven VA Medical Centers and Tank Rentals with routine maintenance. The contractor will deliver and refill the primary and reserve liquid oxygen tanks with 99.00% pure liquid oxygen and provide certification upon request. The contractor will also provide routine maintenance of primary and reserve Bulk Liquid Oxygen Tanks, deicing, annual inspection, and emergency service response for Baltimore and Loch Raven Bulk Liquid Oxygen Tanks. DELIVERY SCHEDULE AND HOURS OF OPERATION: The contractor will manage the delivery in a safe manor according to Department of Transportation hazardous regulations. The contractor will utilize the 24/7 automatic alarm to monitor the overall health and function of the system, to include for management for automatic delivery (refill) of liquid oxygen. Primary liquid oxygen tank will be refilled when automatic alarm reaches 40% and will refill the reserve tank when pressure is at or around 50%. VHA Baltimore and Loch Raven VA Facility accepts routine deliveries Monday Friday 8:00am 4:00pm, after hours deliveries are prohibited. Emergency deliveries outside normal business hours are coordinated through VHA Maryland Department of Engineering. WEATHER EVENT AND HAZARDOUS MITIGATION: VA Baltimore and Loch Raven is geographically surrounded by rivers and large body of water, susceptible to extreme weather conditions and prone to flooding. Contractor will ensure all primary and reserve liquid oxygen tanks are at 90% capacity at a minimum of 24 hours prior to a weather event (Hurricane, Nor easter, Tropical Storms, Blizzards, etc.). SAFETY: The VHA Maryland Department of Engineering, VHA Maryland Supply Chain, and Local Department will require continual access to the restricted area for monitoring and emergency purposes. VHA Maryland Dept. of Engineering will be notified via email and telephone prior to routine maintenance, as-needed de-icing, emergency alarm outside of low volume, and inspection/certifications. Loch Raven VA Facility is a long-term care campus with short-term behavioral and rehabilitation facilities. Drivers will remain vigilant while on campus to pedestrians and wild life. **Bulk liquid oxygen is prohibited from crossing the following bridges Hattem, Tydings, and Bay Bridge due to the hazardous material, bridge height/span, and prevailing winds. Delivery Location: Loch Raven VA Medical Center: 3900 Loch Raven Blvd, Baltimore, MD 21218 VAMHCS Baltimore: 10 N Greene Street, Baltimore MD 21201 Period of Performance: Base: 01/01/2022 12/31/2022 Option Year 1: 01/01/2023 12/31/2023 Option Year 2: 01/01/2024 12/31/2024 Option Year 3: 01/01/2025 12/31/2025 Option Year 4: 01/01/2026 12/31/2026 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (vii) All material shall be delivered to one of the locations listed above. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Chantey Bost at chantey.bost2@va.gov NLT 1600 on Monday, December 20, 2021. Questions are due NLT 1600 on Tuesday, December 14, 2021 eastern standard time. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Chantey Bost, chantey.bost2@va.gov . Inquires must be in writing via email. FAR Deviation Clause Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors September 30, 2021 PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES ***** Subpart 52.2 Text of Provisions and Clauses ***** [52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021) (DEVIATION) Definition. As used in this clause - United States or its outlying areas means The fifty States; The District of Columbia; The commonwealths of Puerto Rico and the Northern Mariana Islands; The territories of American Samoa, Guam, and the United States Virgin Islands; and The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. Subcontracts. The Contractor shall include the substance of this clause including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas.

VAMHCS Baltimore and Loch Raven VA Medical Center  Baltimore ,
 MD  21201  USALocation

Place Of Performance : VAMHCS Baltimore and Loch Raven VA Medical Center

Country : United States

You may also like

VISN 16 MEDICAL GRADE BULK LIQUID OXYGEN

Due: 21 Dec, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

VISN 4 MEDICAL GRADE BULK LIQUID OXYGEN - ERIE VAMC

Due: 30 Apr, 2024 (in 5 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

OXYGEN TANKS MAINTENANCE AND REPAIR

Due: 24 Aug, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 325120Industrial Gas Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies