This document is an amendment to a previous combined solicitation, 36C24E25Q0065, for the supply of medical gas. The primary purpose of this amendment is to extend the due date for quotes. The solicitation falls under Product Service Code 6835 and NAICS Code 325120. The contracting office is the Veterans Health Administration, Regional Procurement Office East, located in Pittsburgh, PA. The point of contact is Renee Kale (renee.kale@va.gov). The medical gas supply is for the VA Greater Los Angeles Healthcare System in Los Angeles, CA. The new response date for quotes is October 10, 2025, at 10:00 AM Eastern Time.
This government document is a modification to a solicitation issued by the Veterans Health Administration, Regional Procurement Office East. The primary purpose of this amendment is to extend the deadline for the receipt of offers (quotes) for solicitation number 36C24E25Q0065. The new due date for quotes is extended to October 10, 2025, at 10:00 AM EDT. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential offerors have additional time to submit their proposals.
Amendment 0002 for Solicitation 36C24E25Q0065, "Med Gas Supply," extends the due date for quotes. This amendment, issued by the Veterans Health Administration, Regional Procurement Office East in Pittsburgh, PA, pertains to a set-aside contract for SBA. The product service code is 6835, and the NAICS code is 325120. The original response date of October 16, 2025, at 10:00 AM Eastern Time, New York, USA, has been modified. The point of contact for this solicitation is Renee Kale, Contracting Officer, at renee.kale@va.gov. The place of performance is the VA Greater Los Angeles Healthcare System. This amendment ensures that interested parties have additional time to submit their quotes for the medical gas supply contract.
This document is an amendment to a solicitation for the Veterans Health Administration, specifically identified as modification number 0002 to solicitation 36C24E25Q0065. The primary purpose of this amendment is to extend the deadline for the receipt of offers. The new due date for quotes is October 16, 2025, at 10:00 AM Eastern Daylight Time (EDT). All other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
This document is an amendment to a previous combined solicitation, number 36C24E25Q0065, for Med Gas Supply. The key purpose of this amendment is to extend the due date for quotes to October 29, 2025, at 10:00 AM Eastern Time, New York, USA. The solicitation is set aside for SBA and falls under NAICS code 325120 and product service code 6835. The contracting office is the Veterans Health Administration, Regional Procurement Office East, located in Pittsburgh, PA, with Renee Kale as the point of contact. The place of performance is the VA Greater Los Angeles Healthcare System.
This document is an amendment to a solicitation issued by the Veterans Health Administration, Regional Procurement Office East. The primary purpose of this modification, identified as modification number 0003, is to extend the due date for quotes for solicitation number 36C24E25Q0065. The original due date of September 22, 2025, has been extended to October 29, 2025, at 10:00 AM EDT. Offerors are required to acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on their offer, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
This document is an amendment to a previous combined solicitation, 36C24E25Q0065, for Med Gas Supply. The solicitation, issued by the Veterans Health Administration, Regional Procurement Office East, has a response date of November 10, 2025, at 10:00 AM Eastern Time. It is set aside for SBA and falls under Product Service Code 6835 and NAICS Code 325120. The point of contact is Renee Kale at renee.kale@va.gov. The place of performance is the VA Greater Los Angeles Healthcare System. The amendment references several attachments, including Amendment 4, Statement of Work (SOW), an amendment document, CLINS/Pricing Sheet, and Questions from Vendors, providing additional information for interested parties.
This amendment to Solicitation Number 36C24E25Q0065, issued by the Veterans Health Administration, Regional Procurement Office East, extends the deadline for offers to November 10, 2025, at 10:00 AM EST. The purpose of this amendment is to address vendor questions, make changes to Attachments #1 (SOW), #2, and #3, and provide an additional period for follow-up questions due by October 30, 2025, at 10:00 AM Eastern. This will be the final opportunity for questions. All other terms and conditions of the original solicitation remain unchanged.
This Combined Synopsis/Solicitation (RFQ 36C24E25Q0065) from the Veterans Health Administration, RPO-East Research and Development Contracting Office, seeks medical gas and delivery services for the VA Greater Los Angeles Healthcare System. This is a total small business set-aside with NAICS code 325120 and PSC 6835. The period of performance is estimated from October 27, 2025, to October 26, 2030, with a minimum award guarantee of $5,000. Quotes are due by October 6, 2025, at 10:00 AM Eastern Time. Offerors must be registered in SAM.gov to receive an award. Questions must be submitted via email to Renee Kale (renee.kale@va.gov) by September 26, 2025, at 10:00 AM.
This contract establishes a requirement for medical cylinder gases at the VA Greater Los Angeles Medical Center Department of Medical Research, specifically at the West Los Angeles (WLA) and Sepulveda (SEP) Campuses. The gases include Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, Oxygen, and Custom Liquid Gas Mixes. All gases must conform to USP and National Formulary specifications, and manufacturers must be FDA-registered, adhering to CGMP regulations. Deliveries are scheduled for specific labs and frequencies, with requirements for swapping old tanks and handling emergency orders within 24 hours. The contract details specifications for cylinders, including DOT and FDA compliance, marking, color coding, valves, and hydrostatic testing. It also outlines pricing for services, responsibility for lost or damaged contractor-owned cylinders, and transportation of cylinders.
This document outlines the Statement of Work for a contract to provide medical cylinder gases to the VA Greater Los Angeles Medical Center's Department of Medical Research at both the West Los Angeles (WLA) and Sepulveda (SEP) Campuses. The contract specifies the types and purities of gases required, including Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, Oxygen, and Custom Liquid Gas Mixes. It details product specifications, mandating adherence to United States Pharmacopeia, National Formulary, FDA regulations (CGMP, 21 CFR Parts 210, 211, 201), and specific Federal and CGA publications. The contract also covers delivery requirements, emergency orders, invoicing, and specific delivery schedules for various labs at both campuses. Crucially, it addresses handling government-owned versus contractor-owned cylinders, including hydrostatic testing, marking, color coding, valve specifications, and procedures for lost or damaged cylinders. The pricing for gas must include all necessary services for compliance and good practice, with no additional fees for non-repairable government-owned cylinders.
This government solicitation, 36C24E25Q0065, outlines the contract clauses and solicitation provisions for an indefinite-quantity contract with a performance period from September 30, 2025, to September 29, 2030. Key aspects include contract administration data, electronic payment submission via VAAR 852.232-72, and specific ordering limitations with a minimum order of $2,500. The document emphasizes compliance with various FAR and VAAR clauses covering areas like commercial advertising, Service-Disabled Veteran-Owned and Veteran-Owned Small Business evaluation factors, combating anti-Semitism, and electronic payment requests. It details quote submission instructions, evaluation criteria prioritizing best overall value based on price, technical capability, and past performance, and socioeconomic considerations for veteran-owned businesses. The solicitation also incorporates clauses on telecommunications and video surveillance equipment restrictions.
The document, 36C24E25Q0065, outlines the contract clauses and solicitation provisions for a federal government Request for Proposal (RFP) related to commercial products and services, likely medical gas delivery based on evaluation factors. Key sections cover contract administration, ordering procedures, quantity limitations, and specific clauses related to commercial advertising and electronic payment requests. A significant focus is placed on socioeconomic considerations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs), with detailed evaluation factors and commitments. The document also includes numerous FAR and VAAR clauses addressing compliance, ethical conduct, supply chain security, and labor standards. Instructions for offerors detail quote submission requirements, including administrative, technical, redacted technical, price, and past performance sections. Evaluation criteria emphasize price, technical understanding, past performance, and socioeconomic participation.
This government file outlines a recurring procurement for various industrial and medical gases, along with associated rental and service fees, over a five-year period from October 27, 2025, to October 26, 2030. The items include different grades and quantities of Nitrogen (refrigerated liquid, compressed high purity, NF grade, ultra high purity), Argon Compressed Gas, Zero Grade Compressed Air, Carbon Dioxide (liquified medical grade, liquified, liquified with syphon tube), Oxygen (compressed medical grade), and specific gas mixtures (5% Carbon Dioxide/95% Oxygen, 0.05% Carbon Dioxide/99.95% Nitrogen). The procurement also covers liquid nitrogen in 20-liter quantities, gas cylinder and nitrogen cylinder rental charges, delivery, and disposal fees. Each item has an associated quantity, unit of measure (EA), and is priced, although the unit prices are listed as zero in this document. The structure repeats the same list of 21 items for each of the five base contract periods, indicating a consistent and ongoing need for these supplies and services.
This government file outlines a recurring procurement for various industrial and medical gases, along with associated rental and disposal fees, across five base contract periods. The items include different grades and volumes of Nitrogen, Argon, Compressed Air (Zero Grade), Carbon Dioxide (Liquified Gas, Medical Grade, and with Syphon Tube), and Oxygen (Medical Grade), as well as specific gas mixtures. Each item has a defined contract period, typically running from November 15th to November 14th of the following year, spanning from 2025 to 2030. Quantities are specified in "EA" (each), with significant quantities for cylinder rentals and disposal fees. All listed items are marked as "Priced" with a unit price of "0" and a total of "0", indicating that the pricing details are not included in this particular document. This file serves as a detailed list of required gas supplies and related services for multiple years.
This government file details responses to questions regarding an RFQ for industrial gas manufacturing, classified as a supply contract with FOB Destination. Key clarifications include PSI requirements for various nitrogen CLINs (all 22 PSI), the medical grade of Carbon Dioxide Liquified Gas (CLIN 0011), and a specific mix percentage for CLIN 0017 (0.05% Carbon Dioxide, 99.95% Nitrogen). The document addresses cylinder ownership, emergency delivery costs, and hydrostatic testing, with updates to the SOW for clarity and removal of the hydrostatic testing section. The CLIN structure for cylinder rentals remains unchanged, with daily rental rates preferred over monthly. Delivery window conflicts were resolved in the SOW. The contract is federally grant-funded, and the page limit for technical submissions was increased to six. Insurance and licensing requirements are covered by SOW 2.4 and updated submission instructions, with the Contracting Officer enforcing FAR compliance.