Texas Bids > Bid Detail

Medical Grade Gas requirement and Dry Ice for US Army Institute of Surgical Research (USAISR)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159373046952521
Posted Date: Dec 16, 2022
Due Date: Dec 31, 2022
Solicitation No: HT9425-23-RFI-EMZ03
Source: https://sam.gov/opp/8f6315203f...
Follow
Medical Grade Gas requirement and Dry Ice for US Army Institute of Surgical Research (USAISR)
Active
Contract Opportunity
Notice ID
HT9425-23-RFI-EMZ03
Related Notice
HT9425-23-RFI-EMZ02
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
ARMY MED RES ACQ ACTIVITY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 16, 2022 09:58 am EST
  • Original Response Date: Dec 31, 2022 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Heartland , TX 78234
    USA
Description

Notice of Intent to Sole Source



This is a Notice of Intent to Sole Source award on the basis of other than full and open competition in accordance with 41 United States Code 1901 as implemented in Federal Acquisition Regulation 13.106-1(b)(1)(i)): Only one source reasonably available, as the unique supplies and incidental services are only available from one source and awarding to any other source would not fulfill the agency’s requirements. This is not a Request for Quotes or Proposals. No contract award will be made on the basis of the responses to this notice. The purpose of this notice is to allow interested parties to assert and explain their capability to satisfy the requirement described.



The United States Army Medical Research Acquisition Activity (USAMRAA), on behalf of the United States Army Institute of Surgical Research (USAISR), is issuing this notice of intent to award a new contract on a sole source basis. This is not a request for proposals. This notice does not represent a commitment by the Government to pay for costs incurred from the preparation and/or submission of data in response to this notice.



The Government intends to award a sole source contract to Airgas Inc. This requirement is to provide a new firm fixed price 5-year Blanket Purchase Agreement (BPA) for the delivery of compressed and bulk medical grade gas, to include the rental of the cylinders, and dry ice pellets. Technical requirements are outlined below:




  • Vendor shall be able to provide an immediate uninterrupted supply of compressed and bulk medical grade gas, to include the rental of cylinders, and dry ice pellets, working within established USAISR processes upon start of contract and initial BPA call order. Anything less would jeopardize the completion of ongoing projects/research and would prevent researchers from completing funded proposals.

  • Vendor shall be able to provide medical gas that is medical grade United States Pharmacopeia (USP) rated by the Food and Drug Administration (FDA) to fill US Army Institute of Surgical Research (USAISR) medical gas requirements located at (back loading dock of Building 3611), 3698 Chambers Pass, San Antonio Texas, 78234.

  • Medical gases shall conform to specifications prescribed in the United States Pharmacopeia (USP) and National Formulary (NF).

  • All medical gases shall be manufactured, processed, packed, transported, and stored according to the FDA’s Current Good Manufacturing Practice regulations and Title 21, Code of Federal Regulations, Parts 210, 211 and 201 for labeling.

  • After orders are placed, the vendor shall be capable of picking up empty cylinders and delivering new cylinders from that order on the following days of the week: Monday, Wednesday, and Friday between 0730hrs and 1500hrs. If one of these days falls on a holiday, delivery should occur the day before or after the holiday as appropriate.

  • All dewar tanks must be delivered with the dewar safety pressure ID disk attached.

  • All seals must be placed upright to prevent blocking the valve holes used for purity testing.

  • Valves shall comply with the current Compressed Gas Association (CGA) Publication V-1 – Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections.

  • Hydrostatic testing shall be performed in compliance with the current Compressed Gas Association’s Publication C-1, Methods for Hydrostatic Testing of Compressed Gas Cylinders.

  • Medical grade oxygen shall be 99% pure at time of testing/certification. Valid certificate of medical grade analysis must be provided when requested by the Government.

  • Cylinders that are delivered shall have caps that are color coded for the gas that they contain.

  • Vendor shall provide packing list at time of delivery to ensure proper payment. When a rental fee is incurred, the USAISR would prefer to have the rental fee on the same delivery invoice as the gas purchased for tracking purposes.

  • Dry Ice Standard Pellets (Approximately ½ - ¾”), Dry ice must be in compliance with Hazard Analysis and Critical Control Points (HACCP) modeled after ISO 9001, must meet or exceed provisions of FDA requirements in 21 CFR 110, and must be delivered in a clean and traceable container.

  • Vendor must be able to track all inventory and must be capable of communicating when an item is backordered.

  • Vendor must be licensed to transport and handle liquid oxygen and liquid nitrogen. Vendor must be in compliance with Department of Transportation (DOT) regulations regarding transporting medical gas to the facility to include cylinder structure and color-coded requirements according to Army Regulation 700-68.

  • Requirements will be called in or purchased online by authorized credit card holders identified by the Contracting Officer’s Representative (COR). Invoices shall be emailed to the credit card holder for payment. Vendor must be capable of processing such payments.

  • The Contractor shall be capable of providing evidence of the following when performing required services:

    • All cylinders are correctly identified with the UN (United Nations) and or NA (North America - DOT (Department of Transportation) number identifying contents of cylinder.





    • All cylinders are routinely hydrostatically tested as required and cylinders reflect latest test date.





    • Compliance with all International Organization for Standardization (ISO) standards applicable to the manufacturing, handing, storage, and distribution of gases.





    • The Contractor’s ability to deliver all gas products within a 48 hours’ period (24 hours for emergency requirements).





    • The National Institute of Standards and Technology (NIST)-traceable calibration standards.





The Delivery Requirements are as follows:




  • The contractor shall provide pick-up reports and delivery reports every Monday, Wednesday, and Friday when picking-up or delivering gas cylinders.



    • Deliveries will be made to USAISR loading dock located at 3698 Chamber Pass, Building 3611 San Antonio, TX 78234 between the hours of 0730 to 1500. Vehicle needs to be able to unload at the dock as well as lower and raise a tailgate to perform manual deliveries.





    • The contractor’s delivery driver shall have current Defense Biometric Identification System (DBIDS) installation security clearance and shall be approved for entry to Joint Base San Antonio (JBSA) at the time of delivery. The delivery driver must be able to physically deliver the shipment to the loading dock of Building 3611. Appropriate clearances for each driver should be obtained by the contractor in advance of the shipment date.





    • Contractor must be able to accommodate increased quantities and adjusted delivery days around Federal holidays when the facility is closed.





    • Contractor shall be located within 50 miles of the USAISR, located at 3698 Chamber Pass, Building 3611 San Antonio, TX 78234, and routinely offer services within the area that the USAISR is located.





This contract will be issued on a sole source basis, as the Government’s market research indicates that Airgas Inc. is the only source capable of providing the requested services. The North American Industry Classification System (NAICS) code for this requirement is 325120 (Industrial Gas Manufacturing) and the small business size standard is 1,000 employees. Any sources that believe they are eligible and capable of providing this software must respond in writing. Responses must be supported with clear and convincing evidence articulating the ability to provide the items outlined above. A request for documentation will not be considered an affirmative response. Information received will be considered solely for the purposes of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, which reflects fifteen (15) days after the publication of this notice, the contract will be awarded without further remark.



This notice is provided solely as information to the marketplace.



CONTACT INFORMATION: Questions may be submitted to Mr. Eric Zampelli at eric.m.zampelli.civ@health.mil no later than 4:00PM EST on Friday, 31 December, 2022.




Attachments/Links
Contact Information
Contracting Office Address
  • 808 SCHREIDER ST
  • FORT DETRICK , MD 21702
  • 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 >