COMPRESSED MEDICAL GAS FOR NAVAL HOSPITAL 29 PALMS
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: COMPRESSED MEDICAL GAS FOR NAVAL HOSPITAL 29 PALMS
Classification Code: Q - Medical services
Solicitation Number: N0025919Q0034
Contact: Aratiya K. Lusk, Email [email protected] - Merlinda M Labaco, Contract Specialist, Phone (619) 532-8122, Fax (619) 532-5596, Email [email protected]
Description:
Naval Medical Center San Diego
NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) is #N0025919Q0034. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The North American Industry Classification System (NAICS) Code for this acquisition is 325120. The size standard is 1000 (# of employees). It is the contractor's responsibility to be familiar with the applicable clauses and provisions.
The requirements are for medical gases refills at Naval Hospital Twenty-Nine Palms see detailed description of required products and delivery in the Statement of Work (SOW) attached. The period of performance is twelve (12) months is from
*This is a new requirement. In order to be considered acceptable by the Government, quotes shall include the anticipated contract line item:
Base Year- POP:
CLIN 0002: Carbon Dioxide Size E Quantity: 30 Unit of Issue: Cylinder Unit Price: __________
CLIN 0003: Carbon Dioxide Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 0004: Breathing Air Size E Quantity: 75 Unit of Issue: Cylinder Unit Price: __________
CLIN 0005: Nitrogen Liquid Size 35 Liter Quantity: 40 Unit of Issue: Cylinder Unit Price: __________
CLIN 0006: Oxygen Size M Quantity: 12 Unit of Issue: Cylinder Unit Price: __________
CLIN 0007: Oxygen Size D Quantity: 50 Unit of Issue: Cylinder Unit Price: __________
CLIN 0008: Oxygen Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 0009: Oxygen Size E Quantity: 65 Unit of Issue: Cylinder Unit Price: __________
CLIN 0010: Medical Grade Air Size H Quantity: 5 Unit of Issue: Cylinder Unit Price: __________
Option Year 1 -POP:
CLIN 1002: Carbon Dioxide Size E Quantity: 30 Unit of Issue: Cylinder Unit Price: __________
CLIN 1003: Carbon Dioxide Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 1004: Breathing Air Size E Quantity: 75 Unit of Issue: Cylinder Unit Price: __________
CLIN 1005: Nitrogen Liquid Size 35 Liter Quantity: 40 Unit of Issue: Cylinder Unit Price: __________
CLIN 1006: Oxygen Size M Quantity: 12 Unit of Issue: Cylinder Unit Price: __________
CLIN 1007: Oxygen Size D Quantity: 50 Unit of Issue: Cylinder Unit Price: __________
CLIN 1008: Oxygen Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 1009: Oxygen Size E Quantity: 65 Unit of Issue: Cylinder Unit Price: __________
CLIN 1010: Medical Grade Air Size H Quantity: 5 Unit of Issue: Cylinder Unit Price: __________
Option Year 2 -POP:
CLIN 2002: Carbon Dioxide Size E Quantity: 30 Unit of Issue: Cylinder Unit Price: __________
CLIN 2003: Carbon Dioxide Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 2004: Breathing Air Size E Quantity: 75 Unit of Issue: Cylinder Unit Price: __________
CLIN 2005: Nitrogen Liquid Size 35 Liter Quantity: 40 Unit of Issue: Cylinder Unit Price: __________
CLIN 2006: Oxygen Size M Quantity: 12 Unit of Issue: Cylinder Unit Price: __________
CLIN 2007: Oxygen Size D Quantity: 50 Unit of Issue: Cylinder Unit Price: __________
CLIN 2008: Oxygen Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 2009: Oxygen Size E Quantity: 65 Unit of Issue: Cylinder Unit Price: __________
CLIN 2010: Medical Grade Air Size H Quantity: 5 Unit of Issue: Cylinder Unit Price: __________
Option Year 3 -POP:
CLIN 3002: Carbon Dioxide Size E Quantity: 30 Unit of Issue: Cylinder Unit Price: __________
CLIN 3003: Carbon Dioxide Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 3004: Breathing Air Size E Quantity: 75 Unit of Issue: Cylinder Unit Price: __________
CLIN 3005: Nitrogen Liquid Size 35 Liter Quantity: 40 Unit of Issue: Cylinder Unit Price: __________
CLIN 3006: Oxygen Size M Quantity: 12 Unit of Issue: Cylinder Unit Price: __________
CLIN 3007: Oxygen Size D Quantity: 50 Unit of Issue: Cylinder Unit Price: __________
CLIN 3008: Oxygen Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 3009: Oxygen Size E Quantity: 65 Unit of Issue: Cylinder Unit Price: __________
CLIN 3010: Medical Grade Air Size H Quantity: 5 Unit of Issue: Cylinder Unit Price: __________
Option Year 4 -POP:
CLIN 4002: Carbon Dioxide Size E Quantity: 30 Unit of Issue: Cylinder Unit Price: __________
CLIN 4003: Carbon Dioxide Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 4004: Breathing Air Size E Quantity: 75 Unit of Issue: Cylinder Unit Price: __________
CLIN 4005: Nitrogen Liquid Size 35 Liter Quantity: 40 Unit of Issue: Cylinder Unit Price: __________
CLIN 4006: Oxygen Size M Quantity: 12 Unit of Issue: Cylinder Unit Price: __________
CLIN 4007: Oxygen Size D Quantity: 50 Unit of Issue: Cylinder Unit Price: __________
CLIN 4008: Oxygen Size H Quantity: 10 Unit of Issue: Cylinder Unit Price: __________
CLIN 4009: Oxygen Size E Quantity: 65 Unit of Issue: Cylinder Unit Price: __________
CLIN 4010: Medical Grade Air Size H Quantity: 5 Unit of Issue: Cylinder Unit Price: __________
Delivery Charge: Please include Delivery in the price of the units.
Delivery/Acceptance location is. FBO Destination: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
This acquisition incorporates by reference the following FAR provisions and clauses:
52.212-3 -- Offeror Representations and Certifications -- Commercial Items (
Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (
The following clauses incorporated by full text apply to the solicitation:
The provision at FAR 52.212-1 applies to this acquisition. Addendum to FAR 52.212-1: FAR 52.212-1 is replaced in its entirety by this addendum: Instructions to Quoters-Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. ( b ) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations must be submitted as specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) Quotation must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ( c ) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions. (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Delivery Schedule, and Price.
FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed. FACTOR 2: Delivery Schedule; defined as the lead time necessary to receive the product. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (
(4) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (ii) Alternate I (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (13) [Reserved]
XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (v) Alternate IV (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
XX (25) 52.222-3, Convict Labor (
XX (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
XX (28) 52.222-26, Equal Opportunity (
____ (29) 52.222-35, Equal Opportunity for Veterans (
XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
____ (31) 52.222-37, Employment Reports on Veterans (
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
XX (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).
____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).
____ (38) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (39)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).
____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).
____ (45)(i) 52.224-3, Privacy Training (
____ (ii) Alternate I (
____ (46) 52.225-1, Buy American'upplies (
____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (48) 52.225-5, Trade Agreements (
XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (54) 52.232-30, Installment Payments for Commercial Items (
XX (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (57) 52.232-36, Payment by Third Party (
____ (58) 52.239-1, Privacy or Security Safeguards (
____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).
____ (60)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
_____ (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (
_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (
_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (11) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(iii) 52.219-8, Utilization of Small Business Concerns (
(iv) 52.222-17,
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (
(vii) 52.222-35, Equal Opportunity for Veterans (
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (
_____ (B) Alternate I (
(xv)52.222-55, Minimum Wages Under Executive Order 13658 (
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vmfara.htm https://www.acquisition.gov/browsefar (End of provision)
The Government will only consider firm fixed price (FFP) quotations.
Electronic submission of Quotes: Quotations shall be submitted electronically by email and reference the solicitation number N0025919Q0034 to [email protected]. Quotations must be received by
All quotes shall include price(s), FOB point, place of manufactured product, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.
NO TELEPHONE REQUEST WILL BE HONORED. ******* End of Combined Synopsis/Solicitation ***
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N0025919Q0034/listing.html



Town seeks answers from school board on health care funds
Joe Battenfeld: Green New Fail as Dems shun GOP-forced vote on climate bill
Advisor News
- Iowans voice concerns that HMO tax bill could raise health insurance costs
- House panel votes to raise certain taxes, transfer money to offset Medicaid shortfall
- Iowa Medicaid temporary tax plan draws sharp public opposition
- High-risk assets gaining attention from many Americans
- LIMRA: Single premium pension risk transfer sales jump 132% in Q4 of 2025
More Advisor NewsAnnuity News
- We can help find a loved one’s life insurance policy
- 2025: A record-breaking year for annuity sales via banks and BDs
- Lincoln Financial launches two new FIAs
- Great-West Life & Annuity Insurance Company trademark request filed
- The forces shaping life and annuities in 2026
More Annuity NewsHealth/Employee Benefits News
- What Americans are giving up to afford ACA health insurance, according to a new poll
- State Health Plan board approves three-tier provider network for 2027
- Trump administration launches investigation of states that mandate health insurance covers abortion
- Four advisors. Four turning points. One missing assumption
- WA to stop taking funds from youth in extended foster care
More Health/Employee Benefits NewsLife Insurance News
- AM Best Affirms Credit Ratings of PVI Insurance Corporation
- Securian Financial Study Finds Americans Are Falling Into Workplace Benefits “Affordability Trap,” With Many Taking Financial Risks for Bigger Paychecks
- Zocks Launches AI Assistant for Life Insurance to Help Producers Get Policies Issued Faster
- We can help find a loved one’s life insurance policy
- Record 2025 Results Underscore New York Life’s Financial Strength and Mutual Advantage
More Life Insurance News