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: NBD00159592601983954
Posted Date: Dec 2, 2022
Due Date: Dec 9, 2022
Solicitation No: HT9425-23-RFI-EMZ02
Source: https://sam.gov/opp/69fc7d07e2...
Follow
Medical Grade Gas requirement and Dry Ice for US Army Institute of Surgical Research (USAISR)
Active
Contract Opportunity
Notice ID
HT9425-23-RFI-EMZ02
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
ARMY MED RES ACQ ACTIVITY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 02, 2022 01:52 pm EST
  • Original Response Date: Dec 09, 2022 12:00 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:
    JBSA Ft Sam Houston , TX 78234
    USA
Description

Request for Information (RFI)





1. RFI Number: HT9425-23-RFI-EMZ02





2. RFI Title: Medical Grade Gas requirement and Dry Ice for US Army Institute of Surgical Research (USAISR).





3. Agency: United States Army Medical Research and Development Command (USAMRDC)



4. Office: United States Army Institute of Surgical Research (USAISR)





5. Contracting Office: United States Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD.



6. Location: Fort Detrick, MD





7. Synopsis: This RFI is for information and planning purposes only, at this time, and shall not be construed as a Request for Quote (RFQ) or obligation on the part of the USAMRDC. This RFI is not expected to be a RFQ or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only, and is not to be construed as a commitment by the Government. The Government will not pay for solicited information. At this time, no RFQ exists; therefore, please do not request a copy of the RFQ. Telephonic inquiries will not be accepted. If an RFQ is released, a synopsis will be posted in sam.gov. It is the responsibility of any potential vendor to monitor the sam.gov website for the release of any RFQ or synopsis.





8. Background: The United States Army Institute of Surgical Research (USAISR) is part of the U.S. Army Medical Research and Development Command (USAMRDC). The USAISR is dedicated to both laboratory and clinical trauma research. Its mission is to provide requirements-driven combat casualty care medical solutions and products for injured soldiers from self-aid through definitive care across the full spectrum of military operations; provide state-of-the-art trauma, bum, and critical care to Department of Defense (DoD) beneficiaries around the world and civilians in our trauma region; and provide Burn Special Medical Augmentation Response Teams.





9. Objective and Purpose:





The Technical Requirements are as follows:






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

  • All medical gasses 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.










    • Delivery quantities may increase and delivery days may change during 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.







10. Information Requested in Capability Statement:






  • Provide information on the ability to provide Medical Grade Gas and Dry Ice as listed above.





11. North American Industry Classification System (NAICS) Code: The NAICS code for this potential action is 325120 (Industrial Gas Manufacturing) with a Size Standard of 1,000 employees.





12. Response Due Date: Interested parties should submit the attached RFI response electronically by 12:00 pm Eastern 9 December 2022 via e-mail to Eric Zampelli at eric.m.zampelli.civ@health.mil.





13. Instructions to Responders:





13.1 The Government appreciates responses from all capable and qualified sources.





13.2 The subject header of the e-mail for submission of questions and/or the RFI response shall be: HT9425-23-RFI-EMZ02.





13.3 Interested firms should submit a response (Capability Statement) that demonstrates the Offeror’s capabilities as they relate to the requirements identified in this RFI. The Capability Statement shall not exceed three (3) typed pages; additional sheets for cover page will not be counted toward page limitation.





13.3.1





a. Cover Page (1 page)





i. Title



ii. Organization



iii. Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses)





b. Current Technical Expertise, Knowledge, and Management Capability





i. Executive Summary



ii. Discussion of capabilities/challenges/ technologies



iii. Technical response, demonstrate the ability to provide Medical Grade Gas and Dry Ice





c. Brief summary of relevant experience pertaining to the requirement (for example: government, academia, or industry experience).





13.4 Fill in the below table when responding to this Sources Sought / RFI.





Question



Answer



RFI Number





Company Name





Company Address





Point of Contact





Phone Number





E-mail Address





Tax Identification Number (TIN)





Cage Code





Unique Entity Identifier





Company Web Page





Company Location(s)





Company is / is not a Small Business





Company is / is not SAM Registered





Other Classifications (e.g. 8(a), HubZone, Woman-Owned, Veteran-Owned, Service-Disabled Veteran-Owned)





If 8(a), date that the company graduates from the program.







14. Disclaimer and Important Notes: The purpose of this RFI notice is to gain market knowledge. The Government is not obligated to award a contract or otherwise pay for the information provided in the responses received. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its responses are complete and sufficiently detailed to allow the Government to determine the organization's solution. Responders are advised that the Government is under no obligation to acknowledge receipt of the information received, or to provide feedback to respondents regarding any information submitted. After a review of the responses received, a RFQ may be published in sam.gov. Responses to this notice will not be considered adequate responses to an RFQ.





15. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in submitted responses. The Government reserves the right to use any non-proprietary technical information in any resultant RFQ(s).





Original Point of Contact





POC: Eric Zampelli, eric.m.zampelli.civ@health.mil


Attachments/Links
Contact Information
Contracting Office Address
  • 808 SCHREIDER ST
  • FORT DETRICK , MD 21702
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 02, 2022 01:52 pm ESTSources Sought (Original)

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 >