Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOLICITATION NOTICE

68 -- SERVICE FOR GASES, RENTALS AND PURCHASES OF CYLINDERS

Notice Date
10/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0021
 
Response Due
10/20/2004
 
Archive Date
12/19/2004
 
Small Business Set-Aside
Total Small Business
 
Description
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 a solicitation, and proposals ar e being requested. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0021. Contractor may send email to request a copy of Request for Proposal . This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 325120 and the Business Size Standard is 1000. The Government contemplates award of a firm-fixed price Indefinite Delivery Indefinite Quantity contract resulting from this combined synopsis/solicitation. The contract shall have a Base Year from 01 Nov 04 through 31 Oct 2005 with 4 Option Years. The contractor shall provide at no additio nal cost, the consulting services of an AWS Senior Certified Welding Inspector, an AWS Certified Welding Educator, an engineer with a Bachelor of Science in Mechanical Engineering and an engineer with a Bachelor of Science in Welding Engineerin g for the s upport of special projects and gas applications. These services shall be provided by contractors staff members and shall be available to the Government within twenty-four hours notice. Documentation of certifications and degrees must be submitted with RFP . Contractor shall provide at no additional cost, documented quarterly safety inspections of gas piping manifold systems related to the acetylene and argon/co2 mix gases from bottles to all user operating station(s). Pickup of empty Government cylinders/ delivery of contractor provided cylinders required within 24 hours. Return of refilled govt cylinders required within a total of 48 hours. Gases ordered on an as needed basis and restricted only by overall contract value. New cylinder purchases are onl y if needed. The quantities are an estimate only.New cylinders will be painted/stripped and ID tagged (Property of US Govt/Bldg # ) prior to delivery. The contractor shall provide: Clin 1 - ACETYLENE CUBIC FEET, 98% MIN ASSAY. GRADE B, 98% PURE PICKUP, REFILL AND RETURN GOV'T OWNED CYL (SIZES VARY), DELIVERY LOCATIONS: BLDGS 5014, 5045, 226, 5047, E4301 Max Qty 238,725, Clin 2 - PURCHASE OF NEW CYLINDERS, Max Qty 20 Clin 3 - ACETYLENE CYLINDERS, 98% MIN ASSAY, GRADE B, 98% PURE PROVIDE GAS & 10 CUB IC FEET CYLINDERS DELIVERY LOCATION: BLDG 5100 Max Qty 502 Clin 4 - CYLINDER RENTAL COST, Max Qty 4015 Clin 5 - OXYGEN 220 CUBIC FEET CYLINDERS, PICKUP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATIONS: BLDGS 5014, 5045, 5116, 5047, E4301, Max Qty 225 Clin 6 - PURCHASE OF NEW CYLINDERS, Max Qty 5 Clin 7 - OXYGEN 80 CUBIC FEET CYLINDERS, PICKUP, REFILL, AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATION: FIELD TRAINING SITES (AA & EA), Max Qty 20 Clin 8 - PURCHASE OF NEW CYLINDERS, Max Qt y 1 for base yr and opt 2, 0 for the others; Clin 9 - ARGON 220 CUBIC FEET CYLINDERS, PICKUP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATIONS: BLDGS 5014, 5047, E4301, Max Qty 76 Clin 10- PURCHASE OF NEW CYLINDERS, Max Qty 2 for base yr, opt yr 1&2, 1 for the others; Clin 11 - NITROGEN 125 LB CYLINDERS, PICK UP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATIONS: BLDGS 5100, 5016, 5046, E4301, Max Qty 60 Clin 12 -PURCHASE OF NEW CYLINDERS, Max Qty 2 for base yr, 1 for all others; Clin 1 3 -NITROGEN 220 LB CYL, 1108 2HPC, OIL FREE = 99.5% PURE PICKUP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVER LOCATION: BLDG 3144, Max Qty 1 Clin 14 -PURCHASE OF NEW CYLINDERS, Max Qty 1for base yr only, 0 for all others; Clin 15 -HELIUM 300 CUBIC FEE T CYLINDERS, UHP, 99.99% PURE PROVIDE GAS & 300 CUBIC FEET CYLINDERS DELIVERY LOCATION: BLDG 3144, Max Qty 1 Clin 16 -CYLINDER RENTAL COST, Max Qty 365 Clin 17 -ARGON 75%/CO2 25% MIX 220 CUBIC FEET CYL PROVIDE GAS MIX & 220 CUBIC FEET CYLINDERS DELIVERY LOCATION: 5014, Max Qty 1004 Clin 18 -CYLINDER RENTAL COST, Max Qty 8031 Clin 19 - R134A REFRIGERANT (TETRAFLUOROETHANE), 125 LB CYLINDER PICKUP, REFILL AND RE TURN GOV'T OWNED CYLINDERS DELIVERY LOCATION: 5100, Max Qty 4 Clin 20 -PURCHASE OF NEW CYLINDERS, Max Qty 1 for base yr & opt 2, 0 for all others; Clin 21 -R134A REFRIGERANT (TETRAFLUOROETHANE) 50 LB CYLINDER PICKUP, REFILL, AND RETURN GOV'T OWNED CYLIND ERS DELIVERY LOCATION: E5100, Max Qty 50 Clin 22 - PURCHASE OF NEW CYLINDERS, Max Qty 1 Clin 23 -R22 REFRIGERANT (CHLORODIFLUOROMETHANE), PICKUP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATION: BLDG 5100, Max Qty 4 Clin 24 -PURCHASE OF NEW CYL INDERS, Max Qty 1 for base yr & opt yr 2, 0 for all others; Clin 25-R22 REFRIGERANT (CHLORODIFLUOROMETHANE), 50 LB CYLINDER PICKUP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATION: BLDG 5100, Max Qty 50 Clin 26 - PURCHASE OF NEW CYLINDERS, Max Qty 1 Clin 27 -PROPANE 40 LB CYLINDERS, PICKUP, REFILL AND RETURN GOV'T OWNED CYLINDERS DELIVERY LOCATION: FIELD TRAINING SITES (AA/EA), Max Qty 20 Clin 28 -PURCHASE OF NEW CYLINDERS, Max Qty 1 for base yr & opt yr 2, 0 for all others; Clin 29 -PERFORM CY LINDER REQUALIFICATION AS REQUIRED, Max Qty 65 for base yr, 50-opt yr 1, 25-opt yr 2, 20-opt yr 3, 12-opt yr 4; Clin 30 - DISPOSAL OF FAILED CYLINDERS, Max Qty 30 for base yr, 20 for opt yrs 1,2 & 3 and 10-opt yr 4; Clin 31 - CYLINDER PREVENTIVE MAINTENA NCE: PAINT AND STENCIL TO PRESERVE GOV'T OWNED CYLINDERS AND ID OWNERSHIP AS NEEDED. Max Qty 175 for base yr, 95-opt 1, 25-opt 2, 15-opt 3&4. These clins are for the base year, please provide pricing for 4 option years on each clin. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21005/21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment 52.212-4 Contract Terms and Conditions Commerical Items, FAR 52.217-5 Evaluation of Options, FAR 52.217-9 Option to extend Term of the Contract, 52.223-11 Ozone-Depleting Substances, 52-247 -34 F.O.B. Destination., 52.216-19 Order Limitations, 52.216-21 Requirements, 52.216-22 Indefinite Quantity, 52.232-18 Availability of Funds. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awarded to low price Technical acceptable. The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications--Commerci al Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Comme rcial Items, applies to this acquisition. The followin g additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, No tice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business S et-Aside, FAR 52.219-8, Utilizati on of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-2 1 Prohibition of Segregated Facil ities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eli gible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirma tive Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Fore ign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfe r-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial It ems (Jun 2004). The following additional DFAR clauses cited in t he clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227) . The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to thi s RFQ must be signed, dated, and received via electronic mail by 20 Oct 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCRINQ. For questions concerning this solicit ation contact Jeanine Worthington, Contract Specialist via email to: jeanine.worthington@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00691950-W 20041010/041009085009 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.