This presolicitation notice outlines the upcoming procurement for Bulk Liquid Oxygen by the Department of Veterans Affairs (VA), specifically for the Lebanon VA Medical Center in Pennsylvania. The notice serves to inform potential vendors of the forthcoming solicitation under the contract number 36C24425Q0359, which is anticipated to appear on the Contract Opportunities website (www.sam.gov) around February 21, 2025. This procurement is designated as a Service Disabled/Veteran Owned Small Business (SDVOSBC) set-aside under the NAICS code 325120, which pertains to Industrial Gas Manufacturing.
Interested parties must monitor the aforementioned site for updates and are responsible for downloading and responding to the solicitation package themselves. All inquiries must be made in writing to Contract Specialist Joanne Skaff, whose contact information is provided. The government emphasizes that this notice does not obligate it to award a contract or cover costs related to proposal preparation. Additionally, registration in the System for Award Management (SAM) is required prior to award. The notice sets a clear framework for the solicitation process while managing expectations regarding the availability of additional information until the official solicitation is released.
The document outlines a Request for Quote (RFQ) from the Department of Veterans Affairs for the procurement of liquid oxygen and related services for the Lebanon VA Medical Center. The contract is set aside exclusively for small businesses, specifically targeting Women-Owned Small Businesses, HUBZone Small Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will run from March 27, 2025, to March 26, 2030, with the opportunity for four option years.
Key deliverables include monthly supplies of liquid oxygen and associated equipment, with specific quantities and delivery expectations stipulated. The document emphasizes that quotes must be submitted by March 7, 2025, and that any failure to include required documentation can lead to disqualification. An electronic submission process is mandated for payment requests, aligning with modern procurement practices.
The regulations incorporate various Federal Acquisition Regulations (FAR) and Veteran Affairs Acquisition Regulations (VAAR), ensuring compliance with small business participation requirements. This RFQ exemplifies the federal commitment to supporting small businesses while providing essential medical services to veterans.
The Lebanon VA Medical Center is soliciting a contractor to provide an on-site medical gas fill station for liquid oxygen, which includes stationary reservoir tanks and portable canisters. The contractor will need to maintain approximately 4,000 to 8,000 pounds of liquid oxygen per month, with the requirement for replenishment twice weekly. The role entails compliance with regulations, inspection, testing, and training for VA staff. The contract period runs from March 27, 2025, to March 26, 2026, with four optional yearly extensions. The contractor is responsible for all equipment related to the oxygen supply and must ensure it meets safety and quality standards outlined by relevant regulatory bodies. Deliveries will occur bi-weekly, with emergency deliveries available as needed. The contractor must adhere to strict quality assurance guidelines ensuring all gases meet medical-grade specifications. The contract establishes responsibilities for administration, invoicing, and equipment ownership, while emphasizing compliance with various federal and state regulations. Overall, this RFP underscores the VA's commitment to providing essential medical supplies safely and effectively to support veteran healthcare needs.
The document outlines the justification for including option periods in a contract to supply Bulk Liquid Oxygen to the Lebanon VA Medical Center under the Veterans Health Administration (VHA), within VISN 4. It specifies that the government seeks contractor-owned bulk oxygen tanks equipped with a back-up system and FDA compliance in accordance with NFPA 99 regulations. The performance period spans from March 27, 2025, to March 26, 2030, with four additional one-year ordering options. The rationale emphasizes the constancy of work throughout the contract's lifespan, enabling upfront pricing for the option years. Offers will be evaluated according to applicable FAR regulations, and should market conditions change significantly, the Contracting Officer may opt for re-competition rather than exercising the options. A formal written notice will be provided at least 60 days before exercising any option period. The determination made by the contract specialist and contracting officer supports the inclusion of these options in the interest of government operations. This summary reflects the document’s focus on efficient procurement strategies within federal contracting guidelines.