Bulk Medical Oxygen System Lease and Supply

Agency:
State: Missouri
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159630687349706
Posted Date: Mar 8, 2024
Due Date: Apr 2, 2024
Source: Members Only
Follow
Bulk Medical Oxygen System Lease and Supply
Active
Contract Opportunity
Notice ID
15B41424Q00000006
Related Notice
15B41424Q00000006
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
USMCFP SPRINGFIELD
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2024 10:58 am CST
  • Original Date Offers Due: Apr 02, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Springfield , MO 65807
    USA
Description

The Federal Bureau of Prisons, United States Medical Center for Federal Prisoners Springfield, Missouri intends to make an award to a responsible offeror for the provision of supply and comprehensive lease including installation of Medical Bulk Oxygen Supply Systems at the U.S. Medical Center for Federal Prisoners, 1900 W. Sunshine Street, Springfield, Missouri. The contract period shall consist of a base period from the effective date of award (intended to be May 1, 2024) through 12 months, four (4), one-year option periods at the discretion of the Government. Award will be made to the responsible contractor whose offer, conforming to the solicitation, is considered to be most advantageous to the Government based on price related factors and technical. Technical will be evaluated based on features of the equipment including layout or any other reasonable basis.



The Contractor shall provide, install, and maintain a 500-gallon (approx.) (note: 750-gallon was incorrectly listed in the pre-solicitation) bulk Medical Oxygen tank per Statement of Work (SOW). All equipment and materials required to perform this contract shall be provided by the Contractor. The Contractor owned equipment shall be installed, certified, inspected, and maintained by the Contractor without additional cost to the Government. (i.e., all installation, inspection and maintenance costs shall be included in the contract's monthly equipment rental fee for the facility.) The Contractor shall maintain all required licenses and certifications required by Federal and state regulatory agencies to meet all Federal, State, and local certification requirements in supply and delivery of liquid Oxygen. The contract type is an indefinite delivery/requirements type contract with firm-fixed unit pricing. The estimated quantities for the Base Period and all Option Periods will be included in the solicitation.



The area for the equipment (tanks and reserve cylinders etc.) is an 8 ft by 12 ft open top enclosure with expanded metal doors on both ends. The overall height limit for the tank is 10 ft 11 inch. The delivery schedule will be based on an as needed basis. The Contractor shall schedule deliveries for Monday through Friday between the hours of 8:00 a.m. and 2:00 p.m. with 3 business days' notice, Federal Holidays excepted. There is currently equipment in place, tank reserve cylinders etc., therefore contractor must coordinate with the incumbent for the equipment replacement. Coordinated removal at the completion of the of the contract is a requirement.



One site visit will be held. Site visit will be on Tuesday, March 19, 2024, at 9 a.m. This site visit is not mandatory but highly recommended. The site visit will be outside the perimeter fence and all individuals expected to attend sent to mday@bop.gov and rhanners@bop.gov along with contact information in case of cancellation. All contractors approved to enter the institution for the site visit must: 1) Utilize the Kansas Expressway entrance, 2) Stop at the speaker box located on the left side of the road from the guard tower, 3) Inform the Tower Officer you are attending the site visit, 4) Bring a photo ID, 5) The following are not allowed: Weapons (including pocket knives), cell phones (will remain locked in vehicle), pagers, radios, cameras, drugs, and alcohol.



All future information concerning this acquisition, including solicitation amendments, will be distributed solely through the General Services Administration's Contract Opportunities website at sam.gov. Interested parties are responsible for monitoring this site to ensure you have the most up to date information about this solicitation. All questions regarding this solicitation must be submitted, in writing, to the listed government point of contact no later than 1:00 p.m. CT on Thursday, March 21, 2024. Hard copies of the solicitation will not be available. The anticipated date for receipt of quotations is on or about Tuesday April 2, 2024. Payments will be made using Electronic Funds Transfer (EFT).



All offerors must be actively registered in the Systems for Award Management (SAM) database prior to the date of receipt of quotations, award, during performance, and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements at sam.gov. The point of contact for all information regarding this solicitation is Michelle Day, Contract Specialist as indicated in this notice. This solicitation is unrestricted. All responsible businesses are encouraged to submit a quote which may be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 4000
  • SPRINGFIELD , MO 65801
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >