Www.vendorportal.ecms.va.gov



5. PROJECT NO.CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NO.CODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NO.9B. DATEDPAGE OF PAGES10A. MODIFICATION OF CONTRACT/ORDER NO.10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 10-83)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGESSET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30NSN 7540-01-152-8070PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(No., street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(If applicable)(SEE ITEM 11)(SEE ITEM 13)(X)(X)13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer) 1A00001NoneDepartment of Veterans AffairsService Area Office, Central Region708 South Third StreetMinneapolis MN 55415Department of Veterans AffairsService Area Office, Central Region708 South 3rd StreetMinneapolis MN 55415To all Offerors/BiddersVA240C-13-R-005408-23-2013XXX2X(2)This amendment adds to the statement of work in the following highlighted section(s): Section 1.1 Location/FacilityRequirements. This amendment adds locations to the schedule of items. This amendment extends the solicitation date fromSeptember 6, 2013 until September 13, 2013. All other terms and conditions remain the same. (SEE ATTACHED Statement ofWork and Schedule of Items.)Kimberly HurtContracting OfficerSCOPE: The purpose of this solicitation is to establish a committed source supply of medical cylinder gases for the facilities included in this Statement of Work. If the Government facility does not own its own bulk tanks, the contractor shall also provide a contractor-owned tank with an appropriate back-up system approved by the COR. Specifications for all facilities are listed in the Facility Requirements section of this Statement of Work. The gases include, but are not limited to Compressed Medical Air USP, Oxygen USP, Carbon Dioxide USP, Nitrogen NF, Nitrous Oxide USP, Helium USP, and specialty medical gas mixtures. LOCATION/FACILITY REQUIREMENTS: All supplies of medical cylinder gases shall be delivered to Veterans Administration Medical Centers/Health Care System Networks throughout the VISN 9, 10, 11, 12, 15, 16, 23 catchment areas. Contractors shall have a facility and/or resources physically located in the geographic areas in which they will provide supplies. The areas are as follows: VISN 9Huntington VA Medical Center:1540 Spring Valley Drive, Huntington, WV 25704Lexington VA Medical Center (Cooper Division):1101 Veterans Dr., Lexington, KY 40502Lexington VA Medical Center (Leestown Division):2250 Leestown Road, Lexington, KY 40511Robley Rex VA Medical Center:800 Zorn Avenue, Louisville, KY 40206Memphis VA Medical Center:1030 Jefferson Avenue, Memphis, TN 38104James H. Quillen VA Medical Center:Corner of Lamont & Veterans Way, Mountain Home, TN 37684Nashville Campus:1310 24th Avenue South, Nashville, TN 37212Alvin C. York Campus:3400 Lebanon Pike, Murfreesboro, TN 37129VISN 10Chalmers P. Wylie Ambulatory Care Center:420 N. James Road, Columbus, OH 43219Chillicothe VA Medical Center:17273 State Route 104, Chillicothe, OH 45601Cincinnati VA Medical Center:3200 Vine Street, Cincinnati, OH 45220 Fort Thomas VA Outpatient Clinic:1000 S. Fort Thomas Ave., Fort Thomas, KY 41075Dayton VA Medical Center:4100 W. Third Street, Dayton, OH 45428Louis Stokes VA Medical Center:10701 East Blvd., Cleveland, OH 44106VISN 11Ann Arbor VA Medical Center:2215 Fuller Road, Ann Arbor, MI 48105Battle Creek VA Medical Center:5500 Armstrong Road, Battle Creek, MI 49037Illiana VA Medical Center:1900 E. Main Street, Danville, IL 61832John D. Dingell VA Medical Center:4646 John R Street, Detroit, MI 48201Richard L. Roudebush VA Medical Center:1481 West 10th Street, Indianapolis, IN 46202Northern Indiana VA Medical Center - Ft. Wayne:2121 Lake Avenue, Fort Wayne, IN 46805Northern Indiana VA Medical Center – Marion:1700 E. 38th Street, Marion, IN 46953Aleda E Lutz VA Medical Center1500 Weiss Street, Saginaw MI 48602Toledo CBOC1200 South Detroit Ave, Toledo, OH 43614Decatur CBOC (550GA)3035 E Mound Rd. Decatur, IL 62526Mattoon CBOC (550GF)501 Lakeland Blvd, Suite D, Mattoon, IL 61938Peoria Vet Center (10/RC 417)8305 N. Allen Rd, Suite #1, Peoria, IL 61615Springfield CBO (550GD)5850 S.6th St. Frontage Rd East, Suite A, Springfield IL 62703W. Lafayette CBOC (550GC)3851 N. River Rd. W. Lafayette, IN 47906IND-VA Medical Center Warehouse1700 E. 38th Street Bldg. 16, Marion IN 46953VISN 12Edward Hines Jr VAMC:5000 South 5th Avenue Hines, IL 60141Aurora Clinic:161 South Lincoln way North Aurora, IL 60542Elgin Clinic:450 W. Dundee Rd Elgin, IL 60123Joliet Clinic:1201 Eagle St Joliet, IL 60432Kankakee Clinic:581 William Latham Drive, Suite 301 Bourbonnais, IL 60914-2435LaSalle Clinic:2970 Chartres LaSalle, IL 61301Oak Lawn Clinic:10201 S. Cicero Oak Lawn, IL 60453Jesse Brown VAMC:820 S. Damen Ave Chicago, IL 60612Crown Point:9301 Madison Street, Crown Point, IN 46307Madison VAMC:2500 Overlook Terrace Madison, WI 53705-2286Baraboo Clinic:1670 South Blvd Baraboo, WI 53913Beaver Dam Clinic:215 Corporate Drive, Suite B Beaver Dam, WI 53916Freeport Clinic:1301 Kiwanis Dr. Freeport, IL 61032Janesville Clinic:2419 Morse Street Janesville, WI 53545Rockford Clinic:816 Featherstone Road Rockford, IL 61107Clement J. Zablocki VA Medical Center:5000 W. National Ave, Milwaukee, WI 53295Milo C. Huempfner Outpatient Clinic:2851 University Ave Green Bay, WI 54311John H. Bradley VA CBOC:10 Tri-Park Way Appleton, WI 54914Cleveland VA Outpatient Clinic:1205 North Avenue Cleveland, WI 53015Union Grove VA Outpatient Clinic:21425 Spring Street Union Grove, WI 53182Tomah VA Medical Center:500 E. Veterans Street Tomah, WI 54660Iron Mountain VAMC:East H Street, Iron Mountain, MI 49801Captain James A Lovell FHCC (N. Chicago):3001 Green Bay Road North Chicago, IL 60064VISN 15St. Louis - JC:915 N. Grand Avenue, St. Louis, MO 63106St. Louis – JB:1 Jefferson Barrack Drive, St. Louis, MO 63125Marion Illinois:2401 West main St., Marion, IL 62959Evansville, IN VAHCC:6211 East Waterford Blvd., Evansville, IN 47715John J. Pershing VAMC:1500 N. Westwood Blvd., Poplar Bluff, MO 63901Kansas City VA Medical Center:4801 Linwood Blvd., Kansas City, MO 64128Columbia VA Medical Center:800 Hospital Drive, Columbia, MO 65201St. James CBOC:620 N. Jefferson, St. James, MO 65559-1999Jefferson City CBOC:2707 W Edgewood Dr., Jefferson City, MO 65109Mexico CBOC:1 Veterans Drive, Mexico, MO 65265Osage Beach CBOC:940 Execitove Dr., Osage Beach, MO 65065Waynesville CBOC:700 G W Lane, Waynesville, MO 65583Sedalia CBOC:3320 W. 10th Street, Sedalia, MO 65301Eastern Kansas – Leavenworth VA Medical Center:Bldg. 89, 4101 S. 4th Street, Leavenworth, KS 66048 Eastern Kansas – Topeka VA Medical Center:Bldg. 1, Rm. A16C, 2200 SW Gage Blvd., Topeka, KA 66622 Wichita VA Medical Center:Bldg. #34, 5500 E. Kellogg, Wichita, KS 67218Salina CBOC:1410 E Iron, Suite 1, Salina, KS 67401Parsons CBOC:1907 Harding Dr., Parsons, KS 67357Liberal CBOC:2 Rock Island Road, Suite 200, Liberal, KS 67901Hutchinson CBOC:1625 E. 30th Ave., Hutchinson, KS 67502Hays CBOC:207-B East Seventh, Hays, KS 67601Ft. Dodge CBOC:301 Walksmile, Fort Dodge, KS 67801Marshfield CBOC:1240 Banning St, Marshfield, MO 65706Cape Girardeau CBOC (scheduled 1x a week)3051 Williams St, Cape Giradeau, MO 63701VISN 16Alexandria VA Health Care System:2495 Shreveport Hwy., Pineville, LA 71360Veterans Health Care System of the Ozarks:1100 North College Ave., Fayetteville, AR 72703Michael E. Debakey VA Medical Center:2002 Holcombe Blvd., Houston, TX 77030GV (Sonny) Montgomery VA Medical Ctr.:1500 E. Woodrow Wilson Dr., Jackson, MS 39216John L. McClellan Memorial Veterans Hospital: 4300 West 7th Street, Little Rock, AR 72205Southeast Louisiana Veterans Health Care System:1601 Perdido Street, New Orleans, LA 70112Oklahoma City VA Medical Center:921 NE 13th Street, Oklahoma City, OK 73104Overton Brooks VA Medical Center:510 E. Stoner Ave., Shreveport, LA 71101VA Gulf Coast:400 Veterans Ave., Biloxi, MS 39531Joint Ambulatory Care Center CBOC:790 Veterans Way, Pensacola, FL 32507Eglin Outpatient Clinic:100 Veterans Way, Eglin AFB, FL, 32542Panama City Outpatient Clinic:101 Vernon Ave, Panama City Beach, FL 32407VISN 23Fargo VA Healthcare System:2101 N. Elm, Fargo, ND 58102Iowa City VA Healthcare System:601 Highway 6 West, Iowa City, IA 52246Minneapolis VA Healthcare System:One Veterans Drive, Minneapolis, MN 55417Sioux Falls VA Health Care System:2501 W. 22nd St., Sioux Falls, SD 57105St. Cloud VA Health Care System:4801 Veterans Drive, St. Cloud, MN 56303Central Iowa VA Health Care System:3600 30th Street, Des Moines, IA 50310Omaha VA Care Center:4101 Woolworth Ave., Omaha, NE 68105Black Hills VA Care Center - Hot Springs:500 North 5th Street, Hot Springs, SD 57747Black Hills VA Care Center - Ft. Meade:113 Comanche Road, Fort Meade, SD 57741Bettendorf VA CBOC:2979 Victoria Street, Bettendorf, IA 52722Cedar Rapids CBOC:2230 Wiley Blvd SW, Cedar Rapids, IA 52404Decorah VA CBOC:915 Short St, Decorah, IA 52101Dubuque VA CBOC:200 Mercy Drive, Suite 106, Dubuque, IA 52001Ottumwa VA CBOC:1009 E Pennsylvania Ave, Ottumwa, IA 52501Waterloo VA CBOC:945 Tower Park Drive, Waterloo, IA 50701Coralville Outpatient CBOC:520 10 Ave Suite 200, Coralville, IA 52441Galesburg VA CBOC:387 East Grove, Galesburg, IL 61401Quincy VA CBOC:721 Broadway Street, Quincy, IL 62301Sterling VA CBOC:406 Avenue C, Sterling, IL 61081Twins Port CBOC:3520 Tower Ave, Superior, WI 54880Sioux Falls VA Healthcare System:2501 W 22nd St, Sioux Falls, SD 57105Watertown CBOC:917—29th Street SE, Watertown, SD 57201Wagner CBOC:400 West Hwy 46, Wagner, SD 57380Aberdeen VA CBOC:301 8th Ave NE, Suite 225, Aberdeen, SD 57401Sioux City VA CBOC:1551 Indian Hills Drive, Suite 206, Sioux City, IA 51104Spirit Lake VA CBOC:1310 Lake Street, Spirit Lake, IA 51360Mason City VA CBOC:520 S Pierce, Mason City, IA 50401Marshalltown VA CBOC:101 Iowa Ave W, Marshalltown, IA 50158Ft. Dodge VA CBOC:2419 Second Ave N, Ft. Dodge, IA 50501Carroll VA CBOC:311 S. Clark St, Carroll, IA 51401Grand Island VAMC:2201 N Broadwell Ave, Grand Island, NE 68803Lincoln VAMC:600 South 70th Street, Lincoln, NE 68510North Platte CBOC:600 E Francis Street, North Platte, NE 69101Shenandoah CBOC:512 S. Fremont Street, Shenandoah, IA 51601Norfolk CBOC:710 S. 13th Street, Norfolk NE 68701Holdrege CBOC:1118 Burlington Street, Holdrege NE 68949Bellevue CBOC:2501 Capehart Rd, Bellevue, NE 68113Montevideo CBOC:1025 N 13th Street, Montevideo, MN 56303The quantities shown in the Schedule of Items are estimates of each facilities annual requirement. There is no express or implied guarantee that these quantities will be purchased. The base contract period for all contract(s) awarded under this solicitation will be October 1, 2013 or date of award, whichever is later, and will end September 30, 2014. PLEASE NOTE: If this contract includes the installation of contractor-owned equipment it will include a ninety (90) day transition period at the beginning and end of the contract which the incumbent contractor shall continue to provide medical gases and associated products at the existing contract prices while the incoming contractor is transitioning over. Any contract awarded under this solicitation will include four (4) one year option periods which may be exercised by the Government.Contractor will be provided with names and contact information of primary and back-up Contracting Officer Representatives (COR) upon award of this solicitation for each ordering facility. This applies to all deliveries regardless of time or day of execution. Tanks(s) will be filled to maximum functional capacity at each refilling procedure unless otherwise specified in the facility requirements or as agreed upon in a written document signed and dated by the COR. At the time of each delivery, contractor must provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and the quantity delivered. This document must be counter-signed by the facility representative supervising the delivery. The COR is responsible for local contract administration issues such as ordering and providing specific delivery instructions. A letter of delegation that outlines the COR’s specific responsibilities will be provided to the contractor and COR at the time of contract award. Within 15 days after notification of contract award, the contractor shall meet with the COR to ensure mutual understanding of facility requirements relating to the ordering method and specific details of any delivery instructions that are included in the solicitation Schedule of Supplies and Services. Prior to first filling, and annually thereafter, the contractor must verify, in writing, the accuracy before the first filling, and annually thereafter, the contractor must verify, in writing, the accuracy of all gauges on contractor owned tanks. If the gauge(s) are government owned, contractor will provide, if requested after award, a written quote with price to verify accuracy of the gauge(s). The Government may choose to exercise this option at its discretion of all gauges on contractor owned tanks. If the gauge(s) are government owned, contractor will provide, if requested after award, a written quote with price to verify accuracy of the gauge(s). GOVERNMENT OWNED PROPERTY:Government owned medical gas tank(s) and appurtenances will be maintained by and at the expense of the Contractor in a manner that will insure compliance with applicable regulations, and standards.Individual Agency Ownership of Cylinders: Government-Owned cylinders shall remain the property of the individual ordering (owning) agency and shall not be exchanged for other cylinders, either government-owned or contractor-owned, without authorization of the ordering agency.CONTRACTOR FURNISHED EQUIPMENT:For those facilities listed in the Schedule of Items as having contractor owned tanks, the contractor shall provide, install and maintain tank(s) with appropriate back-up system(s) with approval from the COR. Through the duration of the contract, the contractor shall be liable for the integrity, suitability, and safety of contractor owned tank(s) that will insure compliance with applicable regulations, and standards. All equipment and materials required to perform on the contract (other than what is specifically listed in section 2, Government-Furnished Property) shall be provided by the contractor. Contractor owned equipment shall be installed, inspected and maintained by the contractor at the Contractor’s expense (i.e., all installation, inspection and maintenance costs shall be included in the contract’s monthly equipment rental fee for the applicable facility.) Contractor owned equipment shall be kept in good operating condition and appearance, in accordance with applicable regulations, and standards. The contractor shall be provided by each requiring facility reasonable access to the facilities for this purpose. Unless otherwise directed by the using facility, contractor owned equipment shall be installed by the effective date of the contract and shall be connected to the medical gas system on that date; provided: that the contractor shall be allowed a maximum of ninety days after receipt of notice of award to complete installation. If the contractor’s equipment replaces equipment already in use, the exchange of equipment shall be accomplished without interruption of gas supply to the using facility. Contractor installed equipment shall remain the property of the contractor and shall be removed upon termination of the contract, when directed by the ordering facility and in full cooperation with the succeeding contractor so as to avoid interruption of gas supply. To permit orderly transition from one contractor to another, the contractor shall continue to honor the contract’s monthly equipment rental fee and gas contract price for a maximum of ninety days beyond the scheduled expiration of the contract period, unless transition from one contractor to another is completed prior to the ninety day transition period. For any partial month, the contractor shall prorate the monthly equipment rental fee accordingly. The contractor shall continue to provide and maintain its equipment during this transition period. Each Government facility that requires installation of contractor owned equipment shall provide suitable location and foundation for the installation of the contractor owned tank(s) in accordance with CGMP Standards. Additionally, each facility shall provide access to an electrical power source and hook-up to a facility-maintained alarm system. The contractor shall perform the hook-up of contractor owned equipment to the facility-maintained alarm system. 4. MEDICAL GAS SPECIFICATION AND REQUIREMENTS:All medical gases under the contract shall be medical-grade and shall meet or exceed the standards cited in the current edition of the United States Pharmacopoeia/National Formulary (U.S.P.). Contractor shall be registered with the FDA; and all medical gases shall be manufactured, processed, packed, transported, and stored according to the FDA’s Current Good Manufacturing Practice (CGMP) regulations and Title 21, Code of Federal Regulations, parts 210, 211, and 201 for labeling. All products, equipment and services provided under this contract shall be in compliance with all applicable Federal, State and Local regulations.A valid certificate of analysis shall be provided with each delivery of medical gases. The certificate shall include, at a minimum: a)Supplier’s name and complete addressb) Name of the Product c) An Air Liquefaction Statement where appropriated) Lot number or other unique identification numbere) Actual analytical results for full U.S.P. monograph testing. (A statement that only states that the product meets the minimum purity of 99.5%, is not acceptable.)f) Test method used to perform the analysis. (A statement such as “Meets U.S.P. specifications” is not acceptable; nor would “Tested via Servomex” be acceptable since the specific model number is not provided.) g) Signature of authorized supplier representative and date.In addition, the following specifications are incorporated into the contract:Federal Specification BB-A-1034B Compressed Air, Breathing, dated 12-20-1985 and amended on 12-27-1995.Federal Specification BB-C-101B Carbon Dioxide (CO2) Technical and USP, dated 04-15-1971. Compressed Gas Association (CGA) Publication G-7 – Compressed Air for Human Respiration, dated 08-04-2003 and ANSI/CGA G-7.1 Commodity Specification for Air, dated 08-27-2004. Material Safety Data Sheets shall be provided to the facility COR upon request.A copy of all inspection reports shall be provided to the facility COR upon the completion of any contractor or government owned system inspections that are required by regulation.All Contractor owned equipment shall be maintained or repaired in accordance with FDA’s Current Good Manufacturing Practices (CGMP) Regulations.5. DELIVERY REQUIREMENTS:Medical Gases are ordered by and delivered to the individual ordering facilities. The list of facilities and information regarding their unique delivery requirements is included in the solicitation Schedule of Items. Facilities are listed by VISN.All Medical Gas deliveries shall be made in an enclosed or boxed truck.The delivery time shall be Monday – Friday between the hours of 8:00am – 4:00pm Local Standard Time, excluding Federal Holidays. Delivery shall be within 24 hours after receipt of order. For delivery requests placed on Fridays, the delivery day shall be the following Monday. All transportation charges for cylinders shall be included in the price of the medical gas. Additional charges such as delivery fees, hazardous materials fees, fuel surcharges, shall NOT be billed to, or collected from, the facilities for orders received under this contract.Emergency delivery will be provided within 24 hours after receipt of Government notification. Contractor must respond to the facility by either telephone or email within one hour to confirm receipt of emergency notification to ascertain the nature of the emergency. Emergency status is determined by the Government when conditions warrant, such as an actuated imminent alarm condition, or system leak. Failure of the contractor to remain current with agreed delivery schedule and requirements does not constitute an “emergency” for purposes of charging an emergency delivery fee. If a contractor will charge the VAMC a “Fee for Emergency Deliveries” due to an emergency requirement requiring a shorter delivery time than is stated as the normal/standard delivery time after receipt of an order, then the following information must be provided for each item:ADDITIONAL CHARGE: YES____ NO____IF YES, COMPLETE THE FOLLOWING -F.O.B. POINT:PROPOSED METHOD OF TRANSPORTATION:DELIVERY TIME TO VA ARO: ________HOURSSPECIAL HANDLING COSTS, IF ANY:SHIPPING COSTS:Contractor will not be required to make delivery on federally observed holidays. When normal delivery day falls on a Federal holiday, the contractor shall make delivery on the next work day following that holiday. The following holidays are observed by the Federal Government:New Year’s DayMartin Luther King Jr. Birthday (3rd Monday in January)Presidents Day (3rd Monday in February)Memorial Day (last Monday in May)Independence Day (July 4th)Labor Day (1st Monday in September)Columbus Day (2nd Monday in October)Veterans Day (November 11th)Thanksgiving DayChristmas DayNote: If the holiday falls on a Saturday, it will be officially observed on the Friday before the holiday. If the holiday falls on a Sunday, it will be officially observed on the Monday following the holiday.6. NON-REPAIRABLE GOVERNMENT PROPERTY:Prior to disposing of non-repairable government-owned cylinders, parts, fittings, and appurtenances, the contractor shall contact the ordering (owning) activity. Contractor shall make disposition in accordance with the ordering activity’s instructions.Contractor shall be paid for all services performed and authorized by the ordering activity in accordance with the price schedule.Contractor shall not charge any additional types of fees for the return of non-repairable cylinders to the ordering activity.7. CYLINDERS AND OTHER CONTAINERS: Laws and regulations: Cylinders and other containers for gaseous and liquid forms of gases shall comply with the Department of Transportation specifications and shall be maintained, filled, marked, labeled, and shipped to comply with current DOT regulations (Title 49 – Transportation, Code of Federal Regulations). Filling, packaging, labeling, for medical gases shall also comply with the Federal Food, Drug, and Cosmetics Act, and the Food, Drug Administration. Marking: In addition to marking required by the aforementioned laws and regulations, marking shall comply with CGA Publication C-7 – Guide to Preparation of precautionary Labeling and Marking of Compressed Gas Containers, dated March 31, 2004. Color Coding: Cylinders shall be color coded in accordance with CGA Publication C-9 – Standard Color Marking of Compressed Gas Containers Intended for Medical Use, dated March 1, 2004. Valves: Valves shall comply with CGA Safety Bulletin SB-26 dated November 26, 2001 and CGA Publication V-1 -Compressed Gas Association Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections, dated November 14, 2005. Valve protection caps for cylinders designed to receive such caps shall be securely attached to the cylinders in a manner to protect the valves from injury during transit and delivery to the purchaser’s receiving area. For liquid containers, all fittings must be permanently brazed to prevent their removal. In addition, each container should contain a 360 degree cryoband applied at the top of the container with the drug product name repeated around the entire container. Hydrostatic Testing:Retest Date: If applicable DOT regulations would require retesting of cylinder within three (3) months after scheduled date of shipment to Continental U.S. destination, or within six (6) months after scheduled date of shipment to overseas destination, cylinder shall be retested. Contractor will be required to retest any Government-owned cylinder when requested by ordering activity, regardless of scheduled retest date. Method: Government-owned cylinders which are eligible for extended hydrostatic retest period, testing by modified hydrostatic method, or visual inspection in lieu of hydrostatic testing, shall be serviced by the most economical means which will comply with Department of Transportation regulations (49 CFR 173.34) unless otherwise specified by the ordering activity. When modified or reduced DOT test requirements are contingent upon past usage of the cylinders, a written statement from the ordering activity indicating that the cylinders have been used exclusively for a specific gas may be considered acceptable evidence of the cylinders’ eligibility for modified testing or inspection.Hydrostatic testing shall be performed in accordance with CGA’s Publication – C-q, Methods For Hydrostatic Testing of Compressed Gas Cylinders, dated September 7, 2004. Visual inspection shall be performed in accordance with the applicable CGA publications C-6 – Standards for Visual Inspection of Steel Compressed Gas Cylinders, dated August 16, 2005 or C-6.1 – Standards for Visual Inspection of High Pressure Aluminum Compressed Gas Cylinders, dated July 30, 2002. Cylinder Sizes: Cylinder sizes shown in the item description indicate product capacity of the cylinder currently being used. All capacities are approximate, and the Government shall be billed only for the actual amount of gas delivered. In accordance with the Federal Food, Drug, and Cosmetic Act, the actual contents of the container must appear on the labelCylinder SizeOuter Diameter (inches)Height (inches)B3 5/16 – 3 ?13 – 13 ?C3 ?8D4 3/16 – 4 ?16 ? - 19E4 3/16 – 4 ?24 ? - 30F4 ?17G8 ?51 – 51 ?H9 – 9 1/451J9 – 9 1/451 – 55K956M743Q7 – 7 ?32 – 49S7 ? - 7 ?46T9 ? - 1055 - 61230 LT Nitrogen (on wheels)26”57”100 LT Helium24”59”E-Sized oxygen cylinder – fixed regulator system requirements: Aluminum construction, easy-to-carry handle, minimum flow of 15 LPM, flow rates ranging from 0.25 LPM minimum to 25 LPM, a DISS 50 PSI fitting for transport ventilator hook-up, MRI compatibility and easy to read contents gauge.Lost or Damaged Contractor-Owned Cylinders: For each contractor-owned cylinder lost or damaged beyond repair while in the Government’s possession, the Government shall pay the contractor the replacement value, less the allocable rental paid for that cylinder. These cylinders shall become Government property. If any lost cylinder is located within thirty (30) calendar days after payment by the Method of Shipment: Empty Government-owned cylinders that are picked up from an ordering facility for re-fill or service shall be transported according to the Department of Transportation Regulations, using normal commercial practice to prevent damage to cylinders.8. PRICE OF SERVICES FOR GOVERNMENT-OWNED AND CONTRACTOR-OWNED CYLINDERS:8.1 Services Included in the Price of Gas (Both Government and Contractor-Owned Cylinders): The contractor’s price for the gas shall include the furnishing, at no additional cost, of all services which are required at each and every filling of a cylinder to comply with applicable regulations, and specifications. Such services shall include, but not be limited to: tags indicating cylinder as “Full”, “In Use”, or “Empty”; inspection, testing, evaluation, required at each and every filling; pin-indexing, when required, and attachment of Government-furnished warning tags, when required. Attaching of oxygen cylinders to manifold systems, when required, shall also be performed by the contractor at no additional cost. In addition to services listed in this paragraph, the contractor is responsible for all maintenance and testing of contractor-owned cylinders. Contractor will ensure all tanks are clean free from dirt/rust, i.e. acceptable use both inpatient/outpatient Health Care Environment. 9. MEASUREMENT AND CONVERSION COMPUTATION, ATMOSPHERIC GASES AND HYDROGEN:9.1 Density data and volume measurement equivalents printed in CGA Publication P-6 – Standard Density Data, Atmospheric Gases and Hydrogen, dated August 17, 2005 shall be used when necessary to convert measurement of these gases from one form to another; for example, from cubic feet to gallons.10. MONTHLY RENTAL OF CONTRACTOR-OWNED CYLINDERS AND LIQUID CONTAINERS:10.1 When gases are ordered in cylinders or liquid containers owned by the contractor, monthly rental rates shall apply to those cylinders or containers in the possession of the using activity on the specific day of the month (e.g. 15th, 25th, last day,.). 10.2 Cylinders picked up by the contractor’s truck: Ordering activities shall notify the contractor of the number and type of empty cylinders ready for return. No rental charges shall be applied to any cylinder five business days (Saturdays, Sundays, and Holidays excluded) after the ordering activity has notified the contractor. The day the contractor is notified is excluded from the five-day period. If the contractor is verbally notified of empty cylinders, the ordering activity will document the notification by making a record of the date, time, and contractor’s representative contacted.10.3 Cylinders returned by common carrier: Ordering activities returning empty contractor-owned cylinders will immediately notify the contractor in writing of the quantity and size of cylinders and the date they were turned over to the carrier. Rental charges shall not be applied after the date cylinders are picked up by the common carrier.NOTE: Please indicate the day of the month that rental charges will be applied (see 10.1).____________________(e.g. 15th, 25th, last day)11. PACKING LIST:11.1 Each delivery should contain include a delivery ticket covering the following: Contract Number, purchase order number, item number and/or product identification number, and quantity of items delivered.12. ORDERING PROCEDURES:12.1 Delivery orders will be placed via telephone, fax or e-mail by authorized VA using service personnel. Requests for delivery shall be placed with Contractor through the following:Telephone Number__________________________________________FAX Number_________________________________________Department _______________________________________________Name of Contact Person _____________________________________Address ______________________________________________________________________________________________________________________________________________________E-Mail Address ____________________________________________13. INSPECTION (Measurement and Computation, Liquid Gases):13.1 The quantity of liquid gases delivered by the contractor and for which payment shall be made hereunder, shall be measured by means of a certified weighing scale located within 25 miles of the point of delivery. Where this is not possible or where practical consideration warrants, measurement of the quantity of liquid gases delivered may, with the approval of the COR, be based on the calibrated liquid flow meter or liquid level gauge on the contractor’s delivery equipment. If none of the above measuring equipment is available, measurement of quantity delivered will be based on the liquid level gauge on the storage container. In this event, the contractor shall assume all vaporization losses.The actual filling of Government-owned storage containers shall be accomplished by the Contractor at the respective destinations whenever possible.(END OF STATEMENT OF WORK)See attached document: NEW SCHEDULE OF ITEMS. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download