Oregon Bids > Bid Detail

6835--Research Gasses

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159557705483982
Posted Date: Mar 3, 2023
Due Date: Apr 3, 2023
Solicitation No: 36C26023Q0352
Source: https://sam.gov/opp/d324277bd7...
Follow
6835--Research Gasses
Active
Contract Opportunity
Notice ID
36C26023Q0352
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 03, 2023 08:29 am PST
  • Original Response Date: Apr 03, 2023 04:30 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6835 - MEDICAL GASES
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Portland VA health care system Portland , OR 97239
Description
The Department of Veterans Affairs (VA), Network Contracting Office 20 (NCO 20), is conducting market research on behalf of the Portland VA health Care system to identify potential contractors capable of providing medical-grade medical gasses , rental tanks and ancillary services to VA medical facilities and clinics.
NCO 20/ Portland VA Health Care system

To be considered a responsive and potential source, interested parties shall provide a capabilities statement containing the following information:
Business name, address, point of contact, phone number and email address.
Business size, type, and SAM Unique Identifier Number
Affirmation that the vendor is capable of performing in accordance with the attached Requirements Description.
Identify if they are a manufacturer or distributor of liquid bulk oxygen.
If a distributor, the vendor shall provide which manufacturer(s) they intend to use within each geographical area.
A copy of the distribution agreement they hold with each manufacturer, showing that they are authorized to take possession of and resell the liquid bulk oxygen in accordance with the Small Business Administration (SBA) Non-Manufacturer Rule (NMR).
The contractor shall provide a Certificate of Liability insurance showing coverage in the amount of $1 million per occurrence.
The vendor shall provide copies of government licenses appropriate to do the work described in the Requirements Description.
Medical-grade oxygen is classified as a drug and must meet USP specifications. Bulk oxygen tanks are classified as a drug delivery device, and all contractors must be registered with the Food and Drug Administration (FDA). The vendor shall provide proof of registration with FDA.
Vendors must be able to provide service for a significant portion of the catchment area detailed in the Locations List. The vendor shall identify which locations they can service with their existing capabilities.
Additionally, contractors can provide feedback on the attached Requirements Description, which may be considered if a solicitation is posted.
Provide the requested information to Jacob Jackson at Nick Price at April 3, 2023 at 4:30 PST . All question must be submitted in writing, no telephonic inquiries will be accepted.
Nicholas.Price@valgov please make your subject head: Request for Information 36C26023Q0352
Projected NAICS code: 325120
This is a sources-sought notice only. The purpose of this notice is to obtain information
regarding the availability and capability of verified sources to include qualified SDVOSB/VOSB
to perform this potential requirement. Responses received will assist the Government in
determining the appropriate acquisition strategy. The Government may or may not issue a
solicitation as a result of this notice. There is no solicitation available at this time, and this is not
a request for quotes.

STATEMENT OF WORK

1. Background

The Portland VA Health Care System Research Service requires medical grade specialty gasses to conduct a wide array of scientific experiments. The Research Service constantly has over 200 VA funded research grants which encompasses over 490 active protocols for the various research studies. When a VA grant is awarded, it names a Principal Investigator (PI) that is responsible to complete the AIM and Scope of the project. Each Study is unique, and, in most cases, the PI has completed previous studies and/or has more than one active study.

A hallmark of scientific discovery is consistency of reagents and supplies over many years so this itself does not become a variable. Consistent reagents, such as specialty gases mixed gases provided during each experiment or something of that nature allows for data integrity with results shared with other investigators and VA approved repositories. It is imperative that future experiments keep the same scientific continuity as previous experiments with 10-30 years of medical scientific value. This is a statement that cannot be undersold.

Another important statement is that because our investigators are dual appointed with our affiliated medical school Oregon health & Sciences University (OHSU) and may have lab spaces at both institutions, to maintain scientific continuity with OHSU, medical gas is a requirement to continue cooperative research studies. The Research laboratories are located within the Portland VA campus in buildings 100,101,103,104 and 6. These specialty gasses which are case/study dependent are required at all these locations.

Collection of scientific data is a continuum and future experiments are based upon previous results. In virtually all labs, the specialty gas comes in direct contact with living cells from many distinct tissue sources and maintaining viability of the cells is critically important. The base line scientific data mentioned above was derived from many years and hundreds of research studies that included the use of gasses provided via contract. Sourcing out to other vendors puts pressure on our PIs to approve of sourced vendors to ensure the gas mixtures meet study needs; but also, will need to be vetted through research studies as it potentially jeopardizes federal grant funds.

Historically, due to the specific need to maintain this scientific continuity, the previously determined delivery schedule, and other factors, the current contract is exclusive to the Portland VA Research Service as the contactor provides ultra-purity gas and continuity with OHSU gas. The current contract does not service or provide gasses to the medical center other than research.

Additionally, gas piping is hard plumbed into the facility with special medical gas provided tanks to accommodate the specific plumbing.

2. Scope

The vendor must perform 100% of the contract. Any deviation from performance, the contractor is required to contact the research administration office immediately to ensure no impact disruption of study research. In the event of any [valid] emergencies, the contractor must deliver within 24 hours of initial report and, plan contingency in the event of potential delays.

The types of gasses needed are listed in Table 1 below along with the inventoried list at the bottom of the SOW. The number and type of cylinders that the Contractor will be providing, and maintaining, varies based on need and projects funded (see Table 1 for the list of requirements).

Investigators are dual appointed with our affiliated medical school Oregon health & Sciences University (OHSU) and may have lab spaces at both institutions, to maintain scientific continuity with OHSU, medical gas is a requirement to continue cooperative research studies as the gasses must match the quality of OHSU for scientific continuity. The Research laboratories are located within the Portland VA campus in buildings 100,101,103,104 & 6. These specialty gasses are required at all these locations.

Flexibility is required on the part of the Contractor to be able to handle specialty orders (custom gas mixes and sizes) as well as emergency orders (delivery within
The contractor will visit the Portland Campus, replace empty gas tanks with a full tank on a regular schedule, each week on Tuesday and Friday. The contractor will also deliver dry ice to specific locations identified by Portland Research. Portland VA Research will notify contractor of all Presidential approved federal holiday schedules. Deliveries scheduled for a federal holiday will be rescheduled for the date preceding the original delivery date.

The contractor will notify Portland Research if they do not have the appropriate gas as specific below in the table and, provide a contingency timeframe of next availability of gas. Large liquid nitrogen tanks will be filled as needed. Other tanks will be swapped as they are depleted. Contractor will be provided a list of locations to independently monitor.

Specifically, the contractor must not disrupt research laboratories with gaps of service, correct hook-ups, cylinder/tank placements as this would alter or cause critical detriment to the research scientific studies. This is due to the plumbing as mentioned in the background; any alteration of this could cause critical damage to specimens and/or loss of years of research work with sensitive materials being stored.
Table 1 Item List

Account
Item #
Description
CYLINDERS
Item: AR PP1A Loc: All
Argon, Prepurified, size 1A
CYLINDERS
Item: AR PP1L Loc: All
Argon, Prepurified, size 1L
CYLINDERS
Item: AR UHP1A Loc: All
Argon, Ultra High Purity, Size 1A
CYLINDERS
Item: AR UHP1L Loc: All
Argon, Ultra High Purity, Size 1L
CYLINDERS
Item: BA 200 Loc: All
Breathing Air, Size 250
CYLINDERS
Item: BA 300 Loc: All
Breathing Air, Size 300
CYLINDERS
Item: CD 50 Loc: All
Carbon Dioxide, size 50
DRY ICE
Item: CD DRYICEPLT Loc: All
Carbon Dioxide, Dry Ice pellets, per pound
DRY ICE
Item: CD ICEPELLETS Loc: All
Carbon Dioxide, Dry Ice pellets, per pound
CYLINDERS
Item: HE UHP1A Loc: All
Helium, Ultra High Purity, Size 1A
CYLINDERS
Item: HE UHP1L Loc: All
Helium, Ultra High Purity, Size 1L
CYLINDERS
Item: HX G2687635 Loc: All
2% Chlorine, Nitrogen balance, Gravimetric grade, size 1P
CYLINDERS
Item: MX 5CDNTEMP Loc: All
Carbon Dioxide 5%, Balance Nitrogen, Size E, Medical
CYLINDERS
Item: MX 5CDNTHM Loc: All
Carbon Dioxide 5%, Balance Nitrogen, Size H, Medical
CYLINDERS
Item: MX 5CDOXHMV Loc: All
Carbon Dioxide 5%, Balance Oxygen, Size H, Blood gas mix
CYLINDERS
Item: MX 5CDOXNTHM Loc: All
Carbon Dioxide 5%, Oxygen 5%, Balance Nitrogen, Size H, Blood gas mix
CYLINDERS
Item: MX M024M200 Loc: All
Medical Mix M024, Nitrogen 75%, Oxygen 20%, Carbon Dioxide 5%, size 200
CYLINDERS
Item: MX M024ME Loc: All
Medical Mix M024, Nitrogen 75%, Oxygen 20%, Carbon Dioxide 5%, size E
LIQUID CONTAINERS
Item: NI 160LLP Loc: All
Nitrogen, industrial, 160 liter, Low pressure
LIQUID CONTAINERS
Item: NI 180LHP Loc: All
Nitrogen, industrial, 200 liter, High pressure
LIQUID CONTAINERS
Item: NI 180LLP Loc: All
Nitrogen, industrial, 180 liter, Low pressure
CYLINDERS
Item: NI 200 Loc: All
Nitrogen, industrial, size 200
DEWAR FILLS
Item: NI 20L Loc: All
Liguid Nitrogen, 20 liters
CYLINDERS
Item: NI 230LLP Loc: All
Nitrogen, industrial, 230 liter, Low pressure
CYLINDERS
Item: NI 250 Loc: All
Nitrogen, industrial, size 250
DEWAR FILLS
Item: NI 25L Loc: All
Liguid Nitrogen, 25 liters
DEWAR FILLS
Item: NI 30L Loc: All
Liguid Nitrogen, 30 liters
DEWAR FILLS
Item: NI 35L Loc: All
Liguid Nitrogen, 35 liters
DEWAR FILLS
Item: NI 50L Loc: All
Liquid Nitrogen, 50 liters
DEWAR FILLS
Item: NI 60L Loc: All
Liquid Nitrogen, 60 liters
CYLINDERS
Item: NI UHP180LMP Loc: All
Nitrogen, Ultra High Purity, 180 liter, Medium pressure
CYLINDERS
Item: NI UHP1A Loc: All
Nitrogen, Ultra High Purity, Size 1A
CYLINDERS
Item: NI UHP1L Loc: All
Nitrogen, Ultra High Purity, Size 1L
CYLINDERS
Item: NI UHPL180-350 Loc: All
Nitrogen, Ultra High Purity, 180 liter, High pressure (350 PSI)
CYLINDERS
Item: OX M250 Loc: All
Oxygen, Medical, size 250
CYLINDERS
Item: OX ME Loc: All
Oxygen, Medical, size E
CYLINDERS
Item: OX MEA Loc: All
Oxygen, Medical, size E, Aluminum cylinder
CYLINDERS
Item: SG BDCO265S Loc: All
Carbon Dioxide - Bone Dry, 65 lbs.
CYLINDERS
Item: SG CAUZJ Loc: All
Air, Ultra Zero, size J
CYLINDERS
Item: SG G2146150 Loc: All
Hydrogen, Research grade, size 3
CYLINDERS
Group: 6HP Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: AC Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: ACL Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: ACM Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: ACS Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: HLC Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: HP Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: HPL Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: HPM Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: HPS Method: Monthly rate
Rental, monthly per cylinder
LIQUID CONTAINERS
Group: LC Method: Monthly rate
Rental, monthly per container
LIQUID CONTAINERS
Group: LCH Method: Monthly rate
Rental, monthly per container
LIQUID CONTAINERS
Group: LCL Method: Monthly rate
Rental, monthly per container
LIQUID CONTAINERS
Group: LCM Method: Monthly rate
Rental, monthly per container
LIQUID CONTAINERS
Group: LHC Method: Monthly rate
Rental, monthly per container
CYLINDERS
Group: LP Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: RM Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SG Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SGL Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SGM Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SGS Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SGV Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SM Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: SMT Method: Monthly rate
Rental, monthly per cylinder
CYLINDERS
Group: HEI Method: Monthly rate
Rental, monthly per cylinder

3. Performance Monitoring (if applicable)

Contractor will be provided a list of locations to independently monitor and deliver to. On date of delivery, the Contractor s agent(s) will bring delivery slips to the Research Administrative office Building 101, Room 503 lockbox for secured delivery. If lockbox is unavailable, contractor will contact the research administration.
Monthly invoices for each account will be electronically submitted per VA contracting guidance. Invoices will summarize the individual delivery slips for each delivery date during the month of service excluding hazardous, delivery, handling, or surcharges.
The Research and Development finance team will reconcile these delivery tickets against the monthly invoices for each account.

Annual tank inventories will be conducted with both VA Research service leadership and Contractor personnel. In the event there are location changes, research administration personnel will immediately report the changes to the contractor ensuring uninterrupted delivery schedules. The contractor will need to be available to receive additional orders aside from the regularly scheduled deliveries and billed appropriately.

4. Security Requirements

Vendor will need VA issued PIV Badges for the appropriate number of employees assigned to this account. Badges will be coded such to provide access to the secure research areas on the Portland VA campus for buildings 100,101,103,104 and 6 as gasses are required at all these locations. Research service is considered a sensitive department in terms of credentialing & deliverables.
The contractor will provide proof of COVID-19 vaccinations to contracting representative for record keeping prior to site delivery.

Contractor and its agents will comply with all security requirements mandated by local and National sources to ensure its agents can perform work without supervision this includes providing the research administration office a list of updated names and contact information for technicians requiring secure access. Prior to delivery within 24 hours, the contractor will also notify research administration immediately if technician(s) do not have the proper [PIV] credentials to perform the scheduled delivery.

If PIV credentialing is unavailable to the contractor or technician, the research administration office is required to provide escort to the contracted technicians to research areas while the technicians continue to gain PIV credentialing.

PIV credential services must occur (at the least) 30 days prior to delivering within required areas.

5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)

N/A

6. Other Pertinent Information or Special Considerations
a. Identification of Possible Follow-on Work

Contractor shall respond to all emergent requests. Contractor will be prepared to handle specialty orders (custom gas mixes and sizes) as well as emergency orders and provide delivery within 24 hours of request, with applicable fees associated. This is currently in place with the current contract.

b. Inspection and Acceptance Criteria

All items will be properly marked for the type of gas (or equipment) being supplied. This will be in accordance with all applicable local, State and Federal regulations and law.

7. Risk Control

In the event of a potential gas leak, Portland Research will cooperate with on-site facilities initially to establish a baseline before reaching out to the contractor for assistance.

8. National Holiday

National holidays observed by the Federal Government:

New Year s Day Martin Luther King s Birthday President s Day
Memorial Day Juneteenth Independence Day
Labor Day Columbus Day Veterans Day
Thanksgiving Day Christmas Day

9. Place of Performance

Veterans Affairs Portland Health Care System VA Research Labs (Bldgs. 100, 101, 103, 104, and 6)

10. Period of Performance

A base annual year and four option years (OYs).

Base: 05.01.23 04.30.24
OY1: 05.01.24 04.30.25
OY2: 05.01.25 04.30.26
OY3: 05.01.26 04.30.27
OY4: 05.01.27 04.30.28

11. Delivery Schedule

Deliverables of specialty gasses will occur on a weekly basis each Tuesday and Friday of the week unless a federal holiday is in place. See Scope for detail on holidays.

12. Room Inventory List

Bldg.
Rm.
Qty.
UN # / Type
Notes
6
103
1
1013
VMU
101
403
1
DEWAR 12
Â
101
406
2
1006
Â
101
407
1
3156
MIX
101
405
2
1956
Â
101
405
2
1013
Â
101
405
4
DEWAR 13, 14,15, 16
Â
101
410
1
1066
Â
101
411
2
1013
Â
101
414
1
3156
MIX
101
416
1
1066
Â
101
416
5
3156
Â
101
416
1
1072
Â
101
416
4
1066
Â
101
418
2
1072
Â
101
418
1
1066
Â
101
423
4
1002
Â
101
423
1
1066
Â
101
423
3
DEWARS 17, 18, 19
Â
101
424
2
1013
Â
101
506
6
1013
Â
101
506
2
1072
Â
101
506D
2
1013
Â
101
506C
1
1072
Â
101
509
1
1977
200L
101
531
1
1066
Â
101
525
1
3156
Â
101
525
1
DEWAR 26
Â
101
525
1
1013
Â
101
524
1
1002
Â
101
512
1
DRY ICE
Â
101
512
1
1046
Â
101
512
1
1971
ULTRA HIGH PURITY
101
512
2
DEWARS 24, 25
Â
101
511
1
DEWAR 23
Â
101
514
4
1072
SMALL 24CF
101
535
1
DEWAR 27
Â
101
424
2
1013
Â
101
429
2
1013
Â
101
429
1
3156
Â
101
429
3
DEWARS 20, 21, 22
Â
101
6TH FLOOR
12
1072
Â
101
6TH FLOOR
12
1013
Â
101
C6-12
1
1977
RM 617
103
E223
2
1013
Â
103
E224 A
3
1013
Â
103
E224
1
DEWAR SPARE
Â
103
E224 C
2
1013
Â
103
F221
1
1013
Â
103
F221
1
1006
Â
103
F220
1
DRY ICE
Â
103
F220
1
1977
200L
103
F220
3
1046
Â
103
F218
1
1013
Â
103
F219
1
1066
Â
103
F219
1
1006
Â
103
F218
1
SMALL DEWAR
Â
103
F219
2
1002
COMPRESSED AIR
103
F219
1
1956
Â
103
F219 A
1
1956
Â
103
F219 A
1
1013
Â
103
F219 C
3
1013
Â
103
F219 B
2
1013
Â
103
F219 B
3
1066
Â
103
F216
2
1013
Â
103
F214
1
1006
Â
103
F214
1
1013
Â
103
F214
1
1956
Â
103
F213
4
1013
Â
103
E134
6
1013
Â
103
E134
13
1072
2 BIG 11 SMALL
103
E143
1
DEWAR 6
Â
103
E142
2
1013
Â
103
E142
3
DEWAR 3, 4, 5
Â
103
E141
2
1013
Â
103
E141
1
DEWAR 2
Â
103
E140
1
EE57538
Â
103
E140
1
1977
N2
103
E139
1
DEWAR 50N
FISHER DEWAR
103
E139
2
1013
Â
103
E139
1
DEWAR 1
Â
103
E139
2
1066
N2 COMPRESSED
103
F133
4
1013
Â
103
F132A
2
1013
Â
103
F132B
2
1013
Â
103
F131
2
1013
Â
103
F130
2
1013
Â
103
F127
2
1013
Â
103
F134
2
1013
Â
103
E212
2
1013
Â
103
E213
2
1013
Â
103
E218
2
1013
Â
103
E222
2
1013
Â
103
E222
2
SMALL N2 BLOOD GAS MIX
Â
103
E217
2
1977
N2 200L
103
E217
1
DEWAR 7
Â
103
E223
1
1977
N2
104
G227
1
DRY ICE
Â
104
G226
1
1013
Â
104
G226
1
K1101
595 MIX
104
G225
3
1013
Â
104
G225
1
SMALL DEWAR 28
Â
104
G219
1
1977
180L
104
G219 A
2
1013
Â
104
G219B
2
1013
Â
104
G227
1
DRY ICE
Â
104
G212
2
1013
Â
104
G206
2
DEWAR 8 & 9
Â
104
G206
1
1013
Â

Quality Assurance Surveillance Plan (QASP)
The Vendor will be evaluated in accordance with the QASP.
The QASP provides a systematic method to evaluate performance for the stated CONTRACT.
This QASP explains the following:
What will be monitored?
How monitoring will take place.
Who will conduct the monitoring?
How monitoring efforts and results will be documented.

This QASP does not detail how the vendor accomplishes the work. Rather, the QASP is created with the premise that the vendor is responsible for management and quality control actions to meet the terms of the CONTRACT. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance.

This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the vendor through CONTRACT modification. Copies of the original QASP and revisions shall be provided to the vendor and Government officials implementing surveillance activities.

Government Roles and Responsibilities:

The following personnel shall oversee and coordinate surveillance activities.

Contracting Officer (CO) The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the CONTRACT terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the Vendor receives impartial, fair, and equitable treatment under this CONTRACT. The CO is ultimately responsible for the final determination of the adequacy of the Vendor s performance.
Contracting Officer s Representative (COR) The COR is responsible for technical administration of the CONTRACT and shall assure proper Government surveillance of the Vendor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf.

Performance Standards:

The Vendor is responsible for performance of ALL terms and conditions of the CONTRACT. CORs will provide CONTRACT progress reports annually to the CO reflecting performance on this plan and all other aspects of the resultant CONTRACT. The performance standards outlined in this QASP shall be used to determine the level of vendor performance in the elements defined. Performance standards define desired services. The Government performs surveillance to determine the level of vendor performance to these standards.

Methods of QA Surveillance:

Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP.

Direct observation: 100% surveillance
Periodic inspections: inspections scheduled and reported monthly per COR delegation or as needed.
Validated user/customer complaints: data will be collected from actual patient complaints. Complaints will be investigated and verified.
Random periodic inspections: vendor logbooks will be reviewed by COR as necessary.
Verification and/or documentation provided by vendor: vendor provided information on services provided to COR.
Invoices articulate & match exactly with vendor s price list for that contract and period of performance awarded not to exceed the ceiling amount awarded.

Performance Requirements:
The Performance Requirements are listed below. The Government shall use these standards to determine vendor performance and shall compare vendor performance to the standard and assign a rating. At the end of the performance period, these ratings will be used, in part, to establish the past performance of the vendor on the CONTRACT and for purposes of providing the CO with information for inclusion on CPARS:
Measures
Performance
Requirement
Acceptable Quality Level
Surveillance
Method
1. Vendor shall submit accurate invoices
Vendor to submit accurate invoices (CONTRACT and task order under VAAR Clause 852.232-72)
100%
Weekly invoice inspections: inspections scheduled and reported weekly per COR delegation or, as needed.

Regular deliveries: Portland VA Medical Center weekly on Tuesday s & Friday s (including all holidays and in inclement weather) during R&D business hours.
Vendor to meet delivery timelines (SOW under Scope )
100% of all pickups
Scheduled deliveries will commence as indicated in the contract SOW. Any changes to deliveries must be requested 24hours in advanced and approved by PVAMC R&D. Vendor communications will be monitored by R&D team as needed.
PIV/Location Access
Vendor has a plan in place for handling any newly hired employees ensuring certifications, licensing, background checks, & trainings are requested and met prior to making deliveries without escort.
100%
Vendor will provide the research administration office a list of updated names and contact information for technicians requiring secure access per each update.

Prior to delivery within 24 hours, the contractor will also notify research administration immediately if technician(s) do not have the proper [PIV] credentials to perform the scheduled delivery.

Order requests (aside from regularly scheduled deliveries)
Vendor will meet all order requests made by PVAMC R&D labs immediately.
100%
All order requests made by labs (aside from regularly scheduled deliveries) will be annotated on vendor order forms.

Confirmations of fulfillment by vendor and receipt by customer/lab will be provided to COR immediately.

COR will keep receipts filed appropriately for billing purposes.

Billing for orders outside of regular deliveries will be invoiced separately from regular deliveries by vendor and, paid timely by reviewing COR on weekly basis.

If vendor performance does not meet the Acceptable Quality level, the CO shall inform the Vendor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the CO shall document the discussion and place it in the contract file. When the COR and the CO determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to CO. The CO will in turn review and will present to the vendor's program manager for corrective action.

The Vendor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Vendor is required to prepare a corrective action plan to document how the Vendor shall correct the unacceptable performance and avoid a recurrence.

The CDR will also state how long after receipt the Vendor has to present this corrective action plan to the CO. The Government shall review the Vendor's corrective action plan to determine acceptability. The CO is ultimately responsible for the final determination of the adequacy of the vendor s performance and the acceptability of the vendor s corrective action plan. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO or for purposes of reporting vendor past performance on CPARS.

Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 03, 2023 08:29 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >