Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

65 -- Specialty Gasses

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RML-RFQ-12001
 
Archive Date
10/15/2011
 
Point of Contact
Barbara D Horrell, Phone: 406-363-9489, Lynda Kieres, Phone: 406-363-9210
 
E-Mail Address
horrellb@niaid.nih.gov, lkieres@niaid.nih.gov
(horrellb@niaid.nih.gov, lkieres@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation, for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. Submit offers on RML-RFQ-12001. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated 08/04/2011. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 325120 and the small business size is 1000. The Period of Performance of this contract will consist of one (1) twelve month base period and four (4) twelve month option years and is estimated to begin 10/01/2011 through 9/30/2012, including the Government Option to extend as per FAR 52.217-9. This decision to extend will be made by the Government. If the Government exercises this option, a written notice will be sent to the contractor sixty (60) days before the end of the existing contract period of performance. SCHEDULE: The Office of Operations Management (OOM) serving as a representative of the Federal Government at the Rocky Mountain Laboratories (RML) proposes to procure a variety of Compressed Specialty Gases and bulk Liquid Nitrogen and Carbon Dioxide through the use of an Indefinite Delivery/Indefinite Quantity Purchase Order mechanism (FAR 52.216-22). As part of this solicitation, the Contractor shall also replace a government owned 1,500 gallon liquid nitrogen tank with a new 5 year leased 3,000 gallon liquid nitrogen tank. The Contractors price proposal shall also include removal of the existing tank and installation, maintenance, repair, and remote telemetry monitoring of the new leased tank during the contract period. The OOM will also entertain any offers by a Contractor to purchase the existing 1,500 tank and apply the purchase price as a pro-rated credit toward a 5 year lease of the new 3,000 gallon tank. The Contractor will need to consider the cost for removal of the leased tank at the end of the 5 year contract if it's not renewed. The Contractor shall also furnish all necessary transportation, personnel (supervision/labor), facilities, compressed gases, and cylinders (with the exception of government owned cylinders) required to provide the services in the following types, sizes, and estimated quantities per contract year: (1) Type - Liquid Nitrogen, Industrial Grade: Shall be furnished in Contractor owned and/or Government-owned cylinders (government owns 13 cylinders), Size - "LS180 cylinders, Quantity - 290 each; (2) Type - Carbon Dioxide, Industrial Grade: Shall be furnished in contractor owned cylinders, Size - "50" lbs cylinders, Quantity - 50 each; Size - "100" lbs., Quantity - 5 each; (3) Type - Argon, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned cylinders, Size - "T" cylinders, Quantity - 2 each; Size - "40" cylinders, Quantity - 2 each; (4) Type - 6 Nines Giga-plus Argon (Praxair): Shall be furnished in contractor owned cylinders, Size - "T" cylinders, Quantity - 6 each; (5) Type - Nitrogen, Industrial Grade 99.95%: Shall be furnished in contractor owned cylinders, Size - "T" cylinders, Quantity - 180 each; Size - "40" cylinders, Quantity - 25 each; (6) Type - Nitrogen, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned cylinders, Size - "K" cylinders, Quantity - 12 each; (7) Type - 2% Chlorine - 98% Nitrogen, UHP Certified: Shall be furnished in contractor owned, Size - "S" cylinders, Quantity - 8 each; (8) Type - Helium, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned cylinders, Size - "T", Quantity - 1 each; (9) Type - Specialty Gas, Chromatographic Helium: Shall be furnished in contractor owned cylinders, Size - "T", Quantity - 1 each; (10) Type - Oxygen, USP Certified Medical Grade 99.995%: Shall be furnished in contractor owned cylinders, Size - "KM" cylinders, Quantity - 15 each, Size - "S" cylinders, Quantity - 15 each, Size - "D" cylinders, Quantity - 3 each; (11) Type - Specialty Gas, 5% CO2 - 21% O2 - 74% N2: Shall be furnished in contractor owned cylinders, Size - "T", Quantity - 2 each; (12) Type - Specialty Gas, 5% H2, 95% N2: Shall be furnished in contractor owned cylinders, Size - "S", Quantity - 5 each; (13) Type - Specialty Gas, 49% CO2 - 51% O2: Shall be furnished in contractor owned cylinders, Size - "T", Quantity - 2 each; (14) Type - Specialty Gas, 4% H2 - 5% CO2 - 91% N2: Shall be furnished in contractor owned cylinders, Size - "T", Quantity - 70 each; (15) Type - Specialty Gas, 95% O2 - 5% CO2: Shall be furnished in contractor owned cylinders, Size - "T", Quantity - 2 each; (16) Type - Specialty Gas, EPA Protocol multi-component mix with Certificate of Analysis, Carbon Monoxide 99 PPM - Balance -Nitrogen: Shall be furnished in contractor owned cylinders, Size - "ALS Aluminum", Quantity - 8 each; (17) Type - Specialty Gas, EPA Protocol multi-component mix with Certificate of Analysis, 20% Oxygen, Balance - Nitrogen: Shall be furnished in contractor owned cylinders, Size - "ALS Aluminum", Quantity - 88 each; (18) Type - Specialty Gas, 5% CO2 - 5% O2 - 90% N2: Shall be furnished in contractor owned cylinders, Size - "S" cylinders, Quantity - 5 each' (19) Type - Specialty Gas, 5% CO2 - Balance N2: Shall be furnished in contractor owned cylinders, Size - "T" cylinders, Quantity - 2 each' (20) Type - Carbon Monoxide, Technical Grade 99%: Shall be furnished in contractor owned cylinders, Size - "K", Quantity - 1 each; (21) Type - Liquid Nitrogen, Industrial Grade, Bulk delivery: Shall be furnished, delivered, and dispensed into contractor leased storage tank. Size - (1) each, 3,000 gallon tank, Quantity - 3,800,000 Cubic Feet (CF) (22) Type - Carbon Dioxide, Industrial Grade, Bulk delivery: Shall be furnished, delivered, and dispensed into 2 each government owned storage tanks. Size - (1) each 2,500 lb tank, and (1) each 8,000 lb tank, Quantity - 25,000 lbs (23) Type - Demurrage Charge, per cylinder. This shall be a set monthly fee for each cylinder that has been furnished by the contractor. Sizes - All sizes of cylinders as mentioned above with the exception of LS180 Liquid Nitrogen cylinders. Quantity - 1300 each (24) Type - Demurrage Charge, per cylinder. This shall be a set monthly fee for each cylinder that has been furnished by the contractor. Sizes -LS180 Liquid Nitrogen cylinders only. Quantity - 85 each (25) Monthly Lease: 3,000 gallon bulk liquid nitrogen tank @ 12 months (26) Base Year Only: Removal of existing government owned 1,500 gallon tank and installation of Contractor furnish, 3,000 gallon bulk liquid nitrogen tank (5 year lease). The Contractor shall provide Compressed Gases during regular business hours. The Governments business hours are from 8:00 AM to 4:30 PM., Mondays through Fridays except Federal Holidays. The delivery point shall be FOB Destination, Rocky Mountain Laboratories - Hamilton, Montana. The Contractor shall pickup all empty cylinders and return all refilled cylinders once per week. The delivery ticket shall identify the gases that were delivered and the quantity that were pickup. Within one (1) week after award of contract, the contractor shall furnish to the RML Project Officer the names and telephone numbers of all responsible personnel to be notified when the services specified are required or problems arise. This list shall be kept current and all personnel shall be accessible during regular business hours. Offerors are reminded that they MUST submit pricing for the base and all 4 (four) option years with this quote. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain laboratories, 903 S 4th St, Hamilton, MT 59840. The following FAR provisions and clauses apply to this acquisition: : (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; Government Option to Extend FAR 52.217-9. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. Offers may be mailed to Barbara Horrell at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above fax - 406-363-9288, or e-mailed at horrellb@niaid.nih.gov. Offers must be submitted not later than 4:30 PM (MST) 09/30/2011. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML-RFQ-12001/listing.html)
 
Place of Performance
Address: Rocky Mountain Lab, 903 S 4th St, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN02579577-W 20110918/110916235203-e028fa66b21a878befac22c451ce403b (fbodaily.com)
 
Source
FedBizOpps 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.