Invitation For Bids For Dry Ice Pellets . - Health.ny.gov

Transcription

Invitation for Bids forDry Ice PelletsIFB #18825Issued: October 6, 2021DESIGNATED CONTACT:Pursuant to State Finance Law §§ 139-j and 139-k, the Department of Health identifies the followingdesignated contact to whom all communications attempting to influence the Department of Health’sconduct or decision regarding this procurement must be made.Sue ManticaBureau of ContractsNew York State Department of HealthCorning Tower, Room 2827Albany, New York 12237Telephone: 518-474-7896Email Address: sue.mantica@health.ny.govPERMISSIBLE SUBJECT M ATTER CONTACT:Pursuant to State Finance Law § 139-j(3)(a), the Department of Health identifies the following allowablecontact for communications related to the submission of written bids, written questions, pre-bid questions,and debriefings.Robert MillerNew York State Department of HealthWadsworth CenterEmpire State Plaza, Biggs Lab, Room B776Albany, New York, 12237Telephone: 518-474-2950Email Address: robert.miller@health.ny.gov

TABLE OF CONTENTSPageHyperlinked; click to go directly to desired topic.1. Calendar of Events .32. Overview 2.1. Introductory Background .2.2. Important Information .2.3. Term of Agreement 2.4. Minimum Qualifications .333343. Detailed Specifications .3.1. Bid Requirements .3.2. Product or Service Requirement 3.3. Estimated Quantities and Delivery Requirements .44444. Administrative Information 54.1. Restrictive Period . 64.2 Questions . 64.3. Rights to Modify IFB 64.4. Purchase Orders . 64.5. Quantities . 74.6. Minimum Order 74.7. Price Changes . 74.8. Request for Change 74.9. Termination . 74.10. Payment . 74.11. Executive Order No. 177 (EO 177) Certification 84.12. Equal Employment Opportunity (EEO) Reporting 94.13. Sales and Compensating Use Tax Certification (Tax Law, § 5-a) . 94.14. Workers’ Compensation and Disability Benefits Certification . 104.15. Subcontracting 114.16. DOH’s Reserved Rights 114.17. Freedom of Information Law (“FOIL”) . 114.18. Lobbying . 124.19. State Finance Law Consultant Disclosure Provisions . 124.20. Debriefing 134.21. Protest Procedures 134.22. Iran Divestment Act . 134.23. Piggybacking . 134.24. Encouraging Use of New York Businesses in Contract Performance . 145. Bid Format and Content . 145.1. Bid Package . 146. Bid Submission . 156.1. Submission Requirements . 156.2. No Bid Form . 167. Method of Award 7.1. General Inf ormation .7.2. Submission Review .7.3. Award Recommendation 161617178. Attachments 172

1. CALENDAR OF EVENTSIFB ENTITLED “DRY ICE PELLETS”EVENTDATEIssuance of Invitation for BidsOctober 6, 2021Written Questions Due (no later than 3PM EST)October 27, 2021Responses to Written Questions posted by DOH on or aboutNovember 10, 2021Deadline for Submission of Bids (no later than 3PM EST)December 1, 2021Anticipated Contract Start DateMay 1, 20222. OVERVIEWThrough this Invitation For Bids (“IFB”), the New York State (“State”) Department of Health (“DOH”) isseeking competitive bids f rom qualified organizations f or the delivery of Dry Ice Pellets f or use withinlaboratory settings for the storage and delivery of scientific materials at a temperature of -90F, as f urtherdetailed in Section 3 Detailed Specifications. It is the Department’s intent to award a f ive-year PurchaseAuthorization (PA) contract agreement from this procurement.2.1. Introductory BackgroundDOH Wadsworth Center Laboratories is a science-based community committed to protecting and improvingthe health of New Yorkers through laboratory analysis, investigations and research, as well as laboratorycertif ication and educational programs. As the state's public health ref erence laboratory, Wadsworthresponds to urgent public health threats as they arise, develops advanced methods to detect microbialagents and genetic disorders, and measures and analyzes environmental contaminants.2.2. Important InformationIt should be noted that Attachment L, Appendix A “Standard Clauses f or New York State Contracts” containsimportant inf ormation related to the contract to be entered into as a result of this IFB and will beincorporated, without change or amendment, into the contract entered into between DOH and thesuccessful Bidder. By submitting a response to the IFB, the Bidder agrees to comply with all the provisionsof Appendix A.Attachment A, the “Bidder’s Certified Statements” should be submitted and includes a statement that thebidder accepts, without any added conditions, qualifications or exceptions, the contract terms andconditions contained in this IFB including any exhibits and attachments.2.3. Term of the AgreementThis contract term is expected to be f or a period of five-years commencing on the date shown on theCalendar of Events in Section 1 subject to the availability of sufficient f unding, successful contractor3

perf ormance, and approvals f rom the New York State Attorney General (AG) and the Of f ice of the StateComptroller (OSC).2.4. Minimum QualificationsBidder is required to have a minimum of three years’ experience with industrial delivery of Dry Ice Pellets.Failure to meet the Minimum Qualification will result in a bid being found non-responsive and eliminatedf rom consideration.3. DETAILED SPECIFICATIONSThis section describes the requirements of the Dry Ice Pellets to be provided by the selected bidder. Theselected bidder must be able to provide all requested product and service throughout the five-yearcontract term.NYS DOH reserves the right to change, add or remove delivery locations, days and times of delivery, andthe number of bins at each facility throughout the contract.3.1. Bid RequirementsBidder must provide a per pound delivered price inclusive of each sub-section listed in Section 3 DetailedSpecifications, including all shipping, handling and f reight charges as defined in Section 3.3 EstimatedQuantities and Delivery Requirements, and all other un-defined costs associated with the manuf acturing,and delivery of Dry Ice Pellets, to be completed using Attachment C, (BID FORM) of this IFB and submittedaccording to Section 5 Bid Format and Content.3.2. Product or Service RequirementBidder will be required to deliver requested Dry Ice Pellets during normal business hours, to four separateDOH Wadsworth Center facility locations. Contractor must be able to perform the following: Dry Ice Pellets must be delivered in bins with the following specifications:o Specifically purposed for dry ice storageo Have a f unctioning hinged lid and way to secure the lido Be wheel mountedo Have volume of approximately 11 cu. ft./approximate capacity of 600 lbs.o Have dimensions approximate to: Outside - L43" x W27.5" x H39.5"(not including wheels) Dry Ice Pellets must be weighed and recorded by the Contractor at the time of delivery. DOHWadsworth will audit delivery weights to ensure accuracy of Contractor’s chosen method ofrecording delivered weights. The DOH Wadsworth Center reserves the right to reject any employee of the contractor at anytime and require their immediate replacement with staff acceptable to the Wadsworth CenterContract Manager.3.3. Estimated Quantities and Delivery RequirementsDeliveries: Deliveries will be competed on the same day each week/bi-weekly (every other week)depending on the delivery site. Delivery day will be determined by mutual agreement. Deliveries will bemade between 8:00 AM and 3:30 PM. Estimated usages and delivery location details are indicated in the4

chart below. Scheduled deliveries that f all on a State Holiday will be required to be delivered the nextbusiness day.DELIVERY LOCATIONS & ACCEPTED DELIVERY TIMES:Location 1:Location 2:Biggs LaboratoryEmpire State Plaza, P1 South Dock J3Albany, NY 12237David Axelrod Institute120 New Scotland AvenueAlbany, NY 12208Deliveries Accepted 8:00 AM to 3:30 PM**Delivery Vehicles must be checked into facility by2:45 PMMust place bin on dock for delivery.Deliveries Accepted 8:00 AM to 3:30 PMMust place bin on dock for delivery.Location 3:Location 4:Grif f in Laboratory5568 State Farm RoadSlingerlands, NY 12159Center f or Medical Science150 New Scotland AvenueAlbany, NY 12208Deliveries Accepted 8:00 AM to 3:30 PM*No Dock AvailableMust place bin on ground level surface fordeliveryDeliveries Accepted 8:00 AM to 3:30 PMMust place bin on dock for delivery.ESTIMATED USAGES:DeliveryLocation12341,2,3 or 41,2,3 or 4Facility NameEstimated AnnualUsage s LaboratoryDavid Axelrod InstituteCenter f or Medical ScienceGrif f in LaboratoryEmergencySpecial Use and ShutdownsEstimated Usage TotalEstimated Number rEmergency Situations, Special Use and Scheduled Power Shutdowns: Upon request, the Contractorwill be required to deliver Dry Ice Pellets in up to three, wheel mounted, bins.Emergency Situations: During such events the Contractor must be able to deliver the requested numberof f illed bins on wheels within 8 hours and be able to deliver during off hours, including nights, weekends,and holidays. DOH Wadsworth will adjust facility delivery times as deemed necessary. 4.Special Use and Scheduled Power Shutdown: DOH Wadsworth will notify Contractor aminimum of 7 days prior to special use situations and scheduled shutdowns. Delivery of therequested number of filled bins will be required on a regularly scheduled business day.ADMINISTRATIVE INFORMATION5

The f ollowing administrative information will apply to this IFB. Failure to comply fully with this informationmay result in disqualification of your bid.4.1. Restricted Period“Restricted period” means the period of time commencing with the earliest written notice, advertisement, orsolicitation of a Request for Proposals (“RFP”), Invitation for Bids (“IFB”), or solicitation of proposals, or anyother method for soliciting a response from Bidders intending to result in a procurement contract with DOHand ending with the final contract award and approval by DOH and, where applicable, final contract approvalby the Office of the State Comptroller.This prohibition applies to any oral, written, or electronic communication under circumstances where areasonable person would infer that the communication was intended to influence this procurement. Violationof any of the requirements described in this Section may be grounds for a determination that the bidder isnon-responsible and therefore ineligible for this contract award. Two violations within four years of the rulesagainst impermissible contacts during the “restricted period” may result in the violator being debarred fromparticipating in DOH procurements for a period of four years.Pursuant to State Finance Law §§ 139-j and 139-k, the Department of Health identifies a designated contacton f ace page of this IFB to whom all communications attempting to inf luence this procurement must bemade.4.2. QuestionsThere will be an opportunity available for submission of written questions and requests for clarificationpertaining to this IFB. All questions and requests f or clarification of this IFB s hould cite the relevant IFBnumber, section and paragraph number where applicable, and must be submitted via email torobert.miller@health.ny.gov. It is the bidder’s responsibility to ensure that emails containing writtenquestions and/or requests for clarification is received at the above address no later than the Deadline forSubmission of Written Questions as specified in Section 1 Calendar of Events. Questions received afterthe deadline may not be answered.4.3. Right to Modify IFBDOH reserves the right to modify any part of this IFB, including but not limited to, the date and time bywhich bids must be submitted and received by DOH, at any time prior to the Deadline for Submission ofBids listed in Section 1 Calendar of Events. Modifications to this IFB shall be made by issuance ofamendments and/or addenda.If the bidder discovers any ambiguity, conflict, discrepancy, omission, o r other error in this IFB, the Biddershall immediately notify the Designated Contact listed on page one of this IFB of such error in writing andrequest clarification or modification of the document.If , prior to the Deadline for Submission of Bids, a bidder fails to notify DOH of a known error or an error thatreasonably should have been known, the bidder shall assume the risk of bidding. If awarded the contract,the bidder shall not be entitled to additional compensation by reason of the error or its correction.4.4. Purchase OrdersPurchase orders are effective and binding upon the contractor’s receipt.In event of a conflict between the purchase order document and any ref erenced documents containedwithin the purchase order, bidder agrees to comply with Attachment M (Notice to Vendors). The order ofprecedence shall be as follows:6

1.2.3.4.5.Appendix A, Standard Clauses for New York State ContractsPurchase Order documentAny agency specific standard clausesAgency solicitation document or specificationsVendor’s offer / bid proposal4.5. QuantitiesThe quantities listed are estimated only and are based upon the quantities required for a one-year period.However, the contract shall be f or the amount actually ordered during the contract period. The NYSDepartment of Health reserves the right to increase or decrease quantities as it deems necessary.4.6. Minimum OrderThere is no minimum order.4.7. Price ChangesFirst year pricing will be based upon the bid price submitted in response to this IFB.Pricing f or years 2 through 5 of the contract will be determined by the previous year pricing plus anadjustment of the less of three percent (3%) or the percent change in the Producer Price Index (PPI) forIndustrial Gas Manuf acturing: Carbon Dioxide (PCU3251203251204) as published by the United StatesBureau of Labor Statistics, Washington, D.C., 20212 f or the twelve (12) month period ending three (3)calendar months prior to the anniversary date for the preceding twelve-month period.In no event shall more than one request f or a price increase be considered during any single year period.Rate decreases are not capped and will be allowed at any time. Rate increases may not exceed threepercent.Requests for increase during years 2 through 5 must be submitted 60 days prior to the yearly anniversaryof the approved contract start date.No additional charges, including fuel surcharges and hazardous material (HAZMAT) handling charges, etc.will be allowed during the entire contract period.4.8. Request for ChangeAny request by the agency or contractor regarding changes in any part of the contract must be made inwriting prior to effectuation. Such requests are subject to approval by the State Comptroller.4.9. TerminationThe NYS Department of Health reserves the right to cancel the contract upon 30 day written notice for: (1)Unavailability of Funds; (2) Cause; (3) Convenience. Failure of the contractor to provide the required goodsin accordance to the contract, the NYS Department of Health reserves the right to cancel the contract upon30 day written notice. If the agreement is terminated, the NYS Department of Health shall be liable only forpayment of goods received prior to the effective date of termination.4.10. PaymentThe contractor shall submit invoices and/or vouchers to the State's designated payment of fice. ThePref erred Method is to Email a .pdf copy of your signed voucher to the BSC at:AccountsPayable@ogs.ny.gov with a subject field; Subject: Unit ID: 3450297; Contract # PA37607.7

The Alternate Method is to Mail vouchers to BSC at the following U.S. postal address:NYS Department of HealthUnit ID 3450297c/o NYS OGS BSC Accounts PayableBuilding 5, 5th Floor1220 Washington Ave.Albany, NY 12226-1900Payment f or invoices and/or vouchers submitted by the CONTRACTOR shall only be renderedelectronically unless payment by paper check is expressly authorized by the Commissioner, in theCommissioner's sole discretion, due to extenuating circumstances. Such electronic payment shall be madein accordance with ordinary State procedures and practices. The CONTRACTOR shall comply with theState Comptroller's procedures to authorize electronic payments. Authorization forms are available at theState Comptroller's website at http://osc.state.ny.us/vendors/epayments.htm by email atepayments@osc.state.ny.us or by telephone at 518-474-6019. CONTRACTOR acknowledges that it willnot receive payment on any invoices and/or vouchers submitted under this Contract if it does not complywith the State Comptroller's electronic payment procedures, except where the Commissioner has expresslyauthorized payment by paper check as set f orth above. Additional inf ormation can be f ound athttp://www.osc.state.ny.us/epay.In addition to the Electronic Payment Authorization Form, a Substitute Form W-9 must be on f ile with theOf f ice of the State Comptroller, Bureau of Accounting Operations. Additional inf ormation and proceduresf or enrollment can be found at http://osc.state.ny.us/vendor management/forms.htm.Completed Substitute W-9 forms should be submitted to the following address:NYS Of fice of the State ComptrollerBureau of Accounting OperationsWarrant & Payment Control Unit110 State Street, 9th FloorAlbany, NY 12236Payment of such invoices and/or vouchers by the State (NYS Department of Health) shall be made inaccordance with Article XI-A of the New York State Finance Law.Note: Payments cannot be processed by the NYS Department of Health until the contract items have beendelivered in satisfactory condition. Payment will be based on an invoice used in the supplier’s normal courseof business and must contain sufficient data including, but not limited to, contract number., purchase ordernumber, description of material, quantity, unit and price per unit, as well as NYS Vendor ID.4.11. Executive Order No. 177 (EO 177) CertificationThe New York State Human Rights Law, Article 15 of the Executive Law, prohibits discrimination andharassment based on age, race, creed, color, national origin, sex, pregnancy or pregnancy -relatedconditions, sexual orientation, gender identity, disability, marital status, f amilial status, domestic violencevictim status, prior arrest or conviction record, military status or predisposing genetic characteristics.The Human Rights Law may also require reasonable accommodation f or persons with disabilities andpregnancy-related conditions. A reasonable accommodation is an adjustment to a job or work environmentthat enables a person with a disability to perform the essential functions of a job in a reasonable manner.The Human Rights Law may also require reasonable accommodation in employment on the basis ofSabbath observance or religious practices.Generally, the Human Rights Law applies to:8

all employers of four or more people, employment agencies, labor organizations andapprenticeship training programs in all instances of discrimination or harassment;employers with fewer than four employees in all cases involving sexual harassment; and,any employer of domestic workers in cases involving sexual harassment or harassment based ongender, race, religion or national origin.In accordance with Executive Order No. 177, Bidders responding to this IFB must submit a completed andsigned Attachment K (EO 177 Certification) to certify that the Bidder does not have institutional policies orpractices that f ail to address the harassment and discrimination of individuals on the basis of their age,race, creed, color, national origin, sex, sexual orientation, gender identity, disability, marital status, militarystatus, or other protected status under the Human Rights Law.4.12. Equal Employment Opportunity (EEO) ReportingBy submission of a bid in response to this solicitation, the Bidder agrees with all of the terms andconditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities andWomen. Additionally, the successful bidder will be required to certify they have an acceptable EEO(Equal Employment Opportunity) policy statement.Further, pursuant to Article 15 of the Executive Law (the “Human Rights Law”), all other State andFederal statutory and constitutional non-discrimination provisions, the Contractor and sub-contractors willnot discriminate against any employee or applicant for employment because of race, creed (religion),color, sex, national origin, sexual orientation, military status, age, disability, predisposing geneticcharacteristic, marital status or domestic violence victim status, and shall also follow the requirements ofthe Human Rights Law with regard to non-discrimination on the basis of prior criminal conviction and priorarrest.The Contractor is required to ensure that it and any subcontractors awarded a subcontract over 25,000f or the construction, demolition, replacement, major repair, renovation, planning or design of real propertyand improvements thereon (the "Work"), except where the Work is for the beneficial use of theContractor, undertake or continue programs to ensure that minority group members and women areaf f orded equal employment opportunities without discrimination because of race, creed, color, nationalorigin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areasof recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination,and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, orservices unrelated to the Contract; or (ii) employment outside New York State.To ensure compliance with this Section, the Bidder should submit with the bid or proposal an EqualEmployment Opportunity Staffing Plan Attachment F (Form #4) identifying the anticipated work force tobe utilized on the Contract. Additionally, the Bidder should submit a Minority and Women-OwnedBusiness Enterprises and Equal Employment Opportunity Policy Statement Attachment F (Form # 5), toDOH with their bid or proposal.4.13. Sales and Compensating Use Tax Certification (Tax Law, § 5-a)Section 5-a of the Tax Law, as amended, effective April 26, 2006, requires certain contractors awarded statecontracts for commodities, services and technology valued at more than 100,000 to certify to the Departmentof Tax and Finance (DTF) that they are registered to collect New York State and local sales and compensatinguse taxes. The law applies to contracts where the total amount of such contractors’ sales delivered into NewYork State are in excess of 300,000 for the four quarterly periods immediately preceding the quarterly periodin which the certification is made, and with respect to any affiliates and subcontractors whose sales d eliveredinto New York State exceeded 300,000 for the f our quarterly periods immediately preceding the quarterlyperiod in which the certification is made.9

This law imposes upon certain contractors the obligation to certify whether or not the contractor, its affiliates,and its subcontractors are required to register to collect state sales and compensating use tax and contractorsmust certify to DTF that each affiliate and subcontractor exceeding such sales threshold is registered with DTFto collect New York State and local sales and compensating use taxes. The law prohibits the State Comptroller,or other approving agencies, f rom approving a contract awarded to an of ferer meeting the registrationrequirements but who is not so registered in accordance with the law.The successful Bidder must file a properly completed Form ST-220-CA with the Department of Health andForm ST-220-TD with the DTF. These requirements must be met before a contract may take effect. Furtherinf ormation can be f ound at the New York State Department of Taxation and Finance’s website, availablethrough this link: https://www.tax.ny.gov/pubs and bulls/tg bulletins/st/section 5a.htmForms are available through these links: ST-220 CA: http://www.tax.ny.gov/pdf/current forms/st/st220ca fill in.pdf ST-220 TD: http://www.tax.ny.gov/pdf/current forms/st/st220td fill in.pdf4.14. Workers’ Compensation and Disability Benefits CertificationsSections 57 and 220 of the New York State Workers’ Compensation Law (WCL) provide that DOH shall notenter into any contract unless proof of workers’ compensation and disability benefits insurance coverage isproduced. Prior to entering into a contract with DOH, successful Bidders will be required to verify for DOH,on f orms authorized by the New York State Workers’ Compensation Board, the fact that they are properlyinsured or are otherwise in compliance with the insurance provisions of the WCL. The f orms to be used toshow compliance with the WCL are listed below. Any questions relating to either workers’ compensation ordisability benefits coverage should be directed to the State of New York Workers’ Compensation Board,Bureau of Compliance at (518) 486-6307. Failure to provide verification of either of these types of insurancecoverage by the time contracts are ready to be executed will be grounds for disqualification of an otherwisesuccessful Bid.ONE of the following forms as Workers’ Compensation documentation:4.14.1. Proof of Workers’ Compensation Coverage: Form C-105.2: Certificate of Workers’ Compensation Insurance issued by private insurancecarrier (or Form U-26.3 issued by the State Insurance Fund); orForm SI-12: Certificate of Workers’ Compensation Self-Insurance (or Form GSI-105.2 Certificateof Participation in Workers’ Compensation Group Self-Insurance); orForm CE-200: Certificate of Attestation of Exemption from New York State Workers’Compensation and/or Disability Benefits Coverage.ONE of the following forms as Disability documentation:4.14.2. Proof of Disability Benefits Coverage: Form DB-120.1: Certificate of Disability Benefits Insurance; or Form DB-155: Certificate of Disability Benefits Self-Insurance; or Form CE-200: Certificate of Attestation of Exemption from New York State Workers’Compensation and/or Disability Benefits Coverage.Further inf ormation is available at the Workers’ Compensation Board’s website, which can be accessedthrough this link: http://www.wcb.ny.gov.10

4.15. SubcontractingBidders may propose the use of a subcontractor. The Contractor shall obtain prior written approval fromNYSDOH before entering into an agreement for services to be provided by a subcontractor. The Contractoris solely responsible f or assuring that the requirements of the IFB are met. All Contractors shall containprovisions specifying that the work performed by the subcontractor must be in accordance with the termsof the prime contract, and that the subcontractor specifically agrees to be bound by the confidentialityprovisions set forth in the agreement between the DOH and the Contractor. DOH reserves the right torequest removal of any Bidders staff or Subcontractor’s staff if , in DOH’s discretion, such staff is notperf orming in accordance with the agreement. Subcontractors whose contracts are valued at or above 100,000 will be required to submit the Vendor Responsibility Questionnaire upon selection of the primecontractor.4.16. DOH’s Reserved RightsThe Department of Health reserves the right to:1.2.3.4.5.6.7.8.9.10.11.12.13.14.15.16.Reject any or all bids received in response to the IFB;Withdraw the IFB at any time, at the agency’s sole discretion;Make an award under the IFB in whole or in part;Disqualify any bidder whose conduct and/or bid fails to conform to the requirements of the IFB;Seek clarifications and revisions of bids;Use bid information obtained through site visits, management interviews and the state’s investigationof a bidder’s qualifications, experience, ability or f inancial standing, and any material or inf ormationsubmitted by the bidder in response to the agency’s request for clarifying information in the course ofevaluation and/or selection under the IFB;Prior to the bid opening, amend the IFB specifications to correct errors or oversights, or to supplyadditional information, as it becomes available;Prior to the bid opening, direct bidders to submit bid modifications addressing subsequent IFBamendments;Change any of the scheduled dates;Eliminate any mandatory, non-material specifications that cannot be complied with by all of theprospective bidders;Waive any requirements that are not material;Negotiate with the successful bidder within the scope of the IFB in the best interests of the state;Conduct contract negotiations with the next responsible bidder, should the Department beunsuccessful in negotiating with the selected bidder;Utilize any and all ideas submitted in the bids received;Every offer shall be firm and not revocable for a period of three hundred and sixty-five days (365) fromthe bid opening, to the extent not inconsistent with section 2-205 of the unif orm commercial code.Subsequent to such three hundred and sixty-

Invitation for Bids for Dry Ice Pellets IFB #18825 Issued: October 6, 2021 DESIGNATED CONTACT: Pursuant to State Finance Law §§ 139-j and 139-k, the Department of Health identifies the following designated contact to whom all communications attempting