5. PROJECT NUMBER (if applicable)
CODE
7. ADMINISTERED BY
2. AMENDMENT/MODIFICATION NUMBER
CODE
6. ISSUED BY
8. NAME AND ADDRESS OF CONTRACTOR
4. REQUISITION/PURCHASE REQ. NUMBER
3. EFFECTIVE DATE
9A. AMENDMENT OF SOLICITATION NUMBER
9B. DATED
PAGE OF PAGES
10A. MODIFICATION OF CONTRACT/ORDER NUMBER
10B. DATED
BPA NO.
1. CONTRACT ID CODE
FACILITY CODE
CODE
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 Offers
E. 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 electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY
is not extended.
12. ACCOUNTING AND APPROPRIATION DATA
(REV. 11/2016)
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 SIGNED
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES
SET 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 letter
or electronic communication, provided each letter or electronic communication 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. OTHER
Contractor
16C. DATE SIGNED
14. DESCRIPTION OF AMENDMENT/MODIFICATION
16B. UNITED STATES OF AMERICA
Except 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 SIGNER
16A. NAME AND TITLE OF CONTRACTING OFFICER
15B. CONTRACTOR/OFFEROR
STANDARD FORM 30
PREVIOUS EDITION NOT USABLE
Prescribed 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.)
(Number, 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)
(SEE ITEM 11)
(SEE ITEM 13)
(X)
CHECK
ONE
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 SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
(Signature of person authorized to sign)
(Signature of Contracting Officer)
1
5
0001
08-18-2022
516-23-1-5105-0002
None
36C248
Department of Veterans Affairs
Network Contracting Office 8 (NCO 8)
Room 339, Bldg. 2
10,000 Bay Pines Blvd
Bay Pines FL 33744
Mark L. Cline
727-201-7708
36C248
Department of Veterans Affairs
Network Contracting Office 8 (NCO 8)
C.W. Bill Young VA Medical Center
10000 Bay Pines Blvd. Room 339, Bldg. 2
Bay Pines FL 33744
To all Offerors/Bidders
36C24823Q0001
08-18-2022
X
X
X
X
0
The purpose of this modification is to post Questions and Answers to RFQ 36C24823Q0001.
See Page 2.
Mark L. Cline
Contracting Officer
CONTINUATION PAGE
BULK OXYGEN SOLICITATION 36C24823Q0001
QUESTIONS and ANSWERS
(Questions are unedited)
Q1. What is the contract number for this work currently?
ANSWER Q1: VA248-17-C-0155
Q1A: Can the GOV please confirm that the existing Tank Sizes (by GAL Capacity) are the same as are listed in the RFQ (contract requirements) are the on Page 1 of the RFQ this is important because if the RFQ tank sizes are larger than the existing tank sizes, then the pad size/thickness also listed on the RFQ Page 1 would necessitate the structural rating of the Pads (as certified by a Certified Project Engineer CPE stamped on the pad rating/as built document). This important because Page 3 states (this a reasonable request the GOV know what size tanks are in place now a site visit alone is not conclusive and the GOV should be billed monthly rental for a specific tank size)?
3.3 No guarantee is given or implied that data included in the schedule regarding contractor owned equipment currently located at the facilities is complete and accurate as to the factors affecting the cost of furnishing and installing the required contractor owned tanks and appurtenances.
ANSWER Q1A: Tank sizes/Pad information are identified in Attachment 1, 1.1 a. and b.
Q2:  Can we identify what company currently supplies the Medical Oxygen for both locations?  The reason we ask is the Bulk Oxygen supply chain within the State of Florida was significantly stressed during the Pandemic Response that often-required alternate suppliers for the same location due to the spike in usage. This is very important because if a Prime SDVOB Contractor DID NOT have an existing agreement with an alternate supplier, utilizing that supplier was not an option due to the time required to have an existing operational/administrative agreement in place.
ANSWER Q2: Both locations are supplied by Medical Equipment and Supplies of America. A back-up agreement is in place for those type of situations.
Q3. Have there been any historical occurrences of tank systems icing (i.e., Vaporizers) due to increased usage?
ANSWER Q3: Information listed in RFQ 36C24823Q0001, Attachment 1, 2.1.
Q4. What is the estimated daily usage in inches (how many inches per day predicating the resupply frequency required)?
C.W. Bill Young Main
C.W. Bill Young Reserve
Lee County Main
ANSWER Q4: C.W. Bill Young Main: 2.5 Average
C.W. Bill Young Reserve: Not used but estimate 6 to 8 per month.
Lee County Main: 0.9 Average
****(There was not a Q5 provided, therefore Q5 is not listed)
Q6. When was the most recent annual inspection conducted?
C.W. Bill Young (Main/Reserve)
Lee County
ANSWER Q6: C.W. Bill Young (Main/Reserve): 9 March 2022
Lee County: 7 Oct 2021
Q7. PG. 2 of 3 Para 3 - This RFQ is solicited under the NAICS Code 325120 on the SAM.GOV side, is there a reason that the GOV did not include any insurance requirements specific to NAICS 325120?
How will the GOV validate that an offeror has the necessary Liability insurance when it is not included as part of the bid package?
Will the GOV confirm that the offeror must have and provide proof of Liability insurance specific to NAICS 325120 at time of bid submission? It is important to note that there are very few underwriters that will insure small business for compressed gases under NAICS 325120/221210 & that the offeror certify insurance coverage for Distribution of Cryogenic Gases.
ANSWER Q7: RFQ 36C24823Q0001, added Clause CL-120 in full text, Attachment 2 (52.228-5 was in place).
RFQ 36C24823Q0001, Attachment 1, 1.1 c. states all required licenses to be included with quote submission.
Q8. PG. 1 of 13 Para 1.1 (c.) - Offerors shall have at least three (3) years experience in successfully delivering and administering bulk oxygen and have all required licenses to support the task prior and for the duration of the ensuing contract. Will the GOV confirm that the Prime Contractor must provide a copy of their license(s) at the time of bid submission in accordance with Florida Dept of Business & Professional Regulation Division of Drugs, Devices and Cosmetics licensing requirements? Please note this is a requirement in the state of Florida and was part of the North Florida South GA HCS Bulk and CYL requirements, the VAMC Miami Bulk & CYL, etc.
ANSWER Q8: RFQ 36C24823Q0001 this information was updated in Attachment 1, 1.1 c. (Q.8 language is from original RFQ 36C24822Q1393).
Q9. PG. 2 of 13 Para 1.8 - The contractor shall provide all material and labor necessary to install and monitor a telephone based remote monitoring system. The contractor shall monitor the tank levels remotely to gauge bulk oxygen need and deliver accordingly. Will the GOV add a CLIN for monthly telemetry monitoring service at both locations?
ANSWER Q9: No, a CLIN will not be added for remote monitoring, it shall be included in the monthly tank rental identified in Attachment 1, Price/Cost Schedule.
Q10. PG. 2 of 13 Para 2.1 references cylinders for reserve supply is there a requirement for the offeror to provide cylinders to act as the reserve supply system for the Lee County HCC?
If so, will the GOV add CLINs for the Fills and Rentals and provide the annual estimated quantities of cylinders required? - Please note that historically (Nationally) - these cylinders (Reserve manifold) are provided as part of the Medical Cylinder Contract given the VA Representatives are replacing them on the manifold, and can are therefore had additional cylinders on hand to replace H/K Oxygen Cylinders at the GOV s discretion. PLEASE NOTE: The information on Page 4 may be the answer to this question, we just want to clarify:
Lee County Reserve System:
Gaseous oxygen, serviced, and maintained by VA personnel only, not a part of this solicitation
ANSWER Q10: Lee County Reserve System is VA owned and is NOT a part of this solicitation.
Q11. PG. 4 of 13 Para 4.5 - Emergency delivery will be provided within 24 hours after receipt of Government notification. How are vendors to account for costs associated with Emergency Deliveries (in situations where the contractor is not at fault for the emergency)? There is no CLIN for this, yet there is a 24-hour requirement. Request adding a CLIN to offset the costs as distribution is the highest cost in the industry. Please add an emergency delivery CLIN.
ANSWER 11: A CLIN was added for both locations for Emergency Delivery .
Q12. PG. 1 OF 13 Para 1.2 & 1.3 - Does the current contract invoice in SCF for Liquid Oxygen? Industry standard for Oxygen is per 100/Compressed Cubic Feet (CCF). Will the VA consider changing the Unit of Liquid Oxygen to CCF (and respectively converting the QTY) to better reflect industry practices?
ANSWER Q12: RFQ 36C24823Q0001, yes invoiced in SCF changed Unit to SCF, however on Attachment 1, Price/Cost Schedule only allows for two digits, it now reflects CF .
Q13. PG. 6 10 of 13 PRICE COST SCHEDULE: CLIN 0003, 1003, 2003, 3003, 4003, 5003: Will the GOV change the Quantity/UOM to the estimated quantity listed on page 1 (11,440,000 SCF/114,400.00 CCF)
ANSWER Q13: All quantities are Estimated Annual usage and stated as such.
for C.W. Bill Young bulk LOX? As this is an estimated quantity, a fixed cost per month is not an accurate depiction of what is to be billed thus request that this is modified to better reflect accurate billing.
ANSWER: All quantities are Estimated and stated as such.
Q14. PG. 6 10 of 13 PRICE COST SCHEDULE: CLIN 0004, 1004, 2004, 3004, 4004, 5004: Will the GOV change the Quantity/UOM to the estimated quantity listed on page 1 (299,000 SCF/2,990.00 CCF) for Lee County bulk LOX? As this is an estimated quantity, a fixed cost per month is not an accurate depiction of what is to be billed thus request that this is modified to better reflect accurate billing.
ANSWER Q14: All quantities are Estimated Annual usage and stated as such.
Q15. PG. 23 of 43 E.1 52.212-1 (b) Submission of Offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449, letterhead stationery or as otherwise specified in this solicitation.  Will the GOV provide a SF1449 for offerors to complete to cover the pertinent information such as cage code, DUNS, SAM UEI, etc.?
ANSWER Q15: No, or otherwise stated which is identified on the page titled DESCRIPTION , last paragraph on page 1 OF 1. Please use the Price/Cost Schedule for your offer/quote. (Clause 52.212-1 is automatically added by our contract writing program).
Q16:Â How many Past Performance Questionnaire s are allowable/required for Bid Submission?
ANSWER Q16: Attachment 1, 1.1 c. At least three (3) calendar years which would be one (1) Past Performance Questionnaire completed each year so three (3) Past Performance Questionnaires are what we require.