This document is an amendment to Solicitation Number 36C24826Q0022, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Orlando, FL, with an effective date of November 13, 2025. The purpose of this amendment, numbered 0002, is to modify a line-item quantity. Specifically, Line-item 0055 for "Emergency Delivery Fee" has been reduced in quantity from 192 CY to 1 EA. Offerors must acknowledge this amendment by completing items 8 and 15 and returning copies, acknowledging on their offer, or sending a separate communication, ensuring receipt by the specified hour and date to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
The Department of Veterans Affairs, Network Contracting Office 8, Orlando VA Healthcare System, intends to solicit and award a Firm-Fixed Price contract for Medical Gases. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with a base period and four 12-month option periods. The NAICS code is 325120, with a 1200-employee size standard. The solicitation number is 36C24826Q0022 and will be posted on or about October 27, 2025, on sam.gov. Responses are due via email to shawn.autrey@va.gov and kurt.kramer@va.gov by November 7, 2025, at 2:00 PM Eastern Time. Questions must be submitted by October 30, 2025, at 2:00 PM EST. Prospective offerors must be registered in SAM to be eligible for award.
The Department of Veterans Affairs, Network Contracting Office 8, Orlando VA Healthcare System, intends to award a Firm-Fixed Price contract for Medical Gases. This will be a Base plus Four 12-month Option period, SDVOSB Set-Aside solicitation. The solicitation, number 36C24826Q0022, is anticipated to be posted on or about October 27, 2025, on sam.gov, with a response deadline of November 7, 2025, at 2:00 PM Eastern Time. The primary NAICS code is 325120 with a 1200-employee size standard. Prospective offerors must be registered in SAM. Questions regarding the solicitation are due by October 30, 2025, 2:00 PM EST, and all responses must be submitted via email to shawn.autrey@va.gov and kurt.kramer@va.gov.
This amendment to solicitation 36C24826Q0022 addresses industry questions and modifies the contract for medical gases at the Orlando VA Healthcare System. Key changes include extending the offer receipt deadline to November 14, 2025, revising the Price Cost Schedule, and clarifying various medical gas specifications. The document specifies delivery schedules for different facilities, outlines a 30-60 day transition period for the awarded contractor, and removes certain requirements such as picking up GFE oxygen cylinders with attached regulators and confidentiality certificates. It also clarifies that identification badges are not required for routine delivery drivers. The VA confirmed it would reincorporate language regarding Loss of Use (LOU) procedures for contractor-owned cylinders, ensuring rental charges are removed upon issuance of a Purchase Order. The government will ensure the awarded contractor complies with all federal and state licensing requirements for medical gas distribution.
This government solicitation (36C24826Q0022) from the Department of Veterans Affairs, Network Contracting Office 8, seeks a contractor to provide medical gases and associated services for the Orlando VA Healthcare System and its supporting clinics. The contract covers medical-grade oxygen, nitrogen, air, argon, helium, nitrous oxide, carbon dioxide, and laboratory mixtures, with an estimated maximum value of $6,000,000.00 over a base year and four option years (December 2025 to November 2030). Key requirements include compliance with FDA, CGA, and DOT regulations, provision of Material Safety Data Sheets (MSDS), and liability insurance. The contractor will manage both government-owned and contractor-provided cylinders, ensuring proper filling, maintenance, tracking, and delivery. Emergency orders require a 6-hour delivery, while routine orders are Monday-Friday. Invoicing must be electronic, and additional fees are prohibited. The document outlines detailed procedures for ordering, delivery, inventory audits, and contractor personnel conduct, emphasizing safety, security, and adherence to federal and state regulations.
The document outlines a comprehensive list of rental and refill options for various gases and related equipment, structured across four main CLINs (0001-0055, 1001-1055, 2001-2055, 3001-3055, 4001-4055). It includes items such as blood gas mixtures, carbon dioxide, compressed nitrogen, liquid nitrogen, nitrous oxide, oxygen (liquid, K-tank, E-tank with integrated valve, M6, B-type, and MRI-approved E-tank), medical air, argon, and helium. Specific products like "K-TANK, LUNG DF 0.3%CO/03%CH421%02/N2 044" and "High Purity Grade Helium, 6,000 PSI High Pressure Steel Cylinder" are listed, along with different sizes (e.g., 20 liter, 35 liter, 180 liter, Size 33, 100 liter, 200). The repeated structure across the CLINs suggests a potential for recurring orders or different contract years, with an additional "EMERGENCY DELIVERY FEE" listed. Each item includes a unit price, unit of measure (CY), and estimated annual quantity, culminating in an "Estimated Base Year Total" for each CLIN section, indicating a procurement catalog for medical and industrial gases and associated cylinders.
The document is a price/cost schedule detailing various medical and industrial gases, as well as related equipment, with estimated annual quantities. The listed items include different grades and sizes of Air, Argon, Carbon Dioxide, Helium, Nitrogen, Nitrous Oxide, and Oxygen. Many entries specify whether the item is a refill or a rental, and some include details like purity grade, tank size (e.g., E-Tank, H-Tank, K-Tank, M6, 20 Liter Dewar, 180 Liter Liquid Cylinder), pressure ratings (e.g., 6,000 PSI, 350 PSI), and USP (United States Pharmacopeia) medical grade designations. Additionally, lung diffusion gas mixtures and medical gas regulators are included. The repetitive structure of the document, with item numbers restarting (e.g., 0001, 1001, 2001, 3001, 4001), suggests that it might be a multi-year or multi-location price schedule, but this is not explicitly stated. The primary purpose is to provide a comprehensive list of gases and associated items for procurement, likely within a healthcare or research context, given the prevalence of medical-grade gases and lung diffusion mixtures.