Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

N -- Installation of Bulk Liquid Nitrogen Storage System

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1108031
 
Archive Date
9/15/2012
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1108031 and is being issued as a Request for Quotation (RFQ). Incorporated provisions and clauses in this document are those in effect through Federal Acquisition Circular (FAC) 2005-60, dated July 26, 2012. The acquisition is not set aside for small businesses. The appropriate North American Industry Classification System (NAICS) code is 325120, Industrial Gas Manufacturing, with a Small Business Size Standard of 1000 employees. The purchase order awarded as a result of this RFQ shall be a firm fixed price. The Pacific Regional Laboratory Southwest requires a 1500 gallon medium pressure bulk liquid nitrogen storage system for supplying high purity nitrogen gas to large facility housing testing and research laboratories. This requirement includes the tank and installation, including all necessary engineering work and applicable permits. The system must connect directly to and be compatible with the existing laboratory facility nitrogen gas piping system and be installed in a location accessible for refueling and maintenance. The minimum nitrogen gas flow capacity shall be 5000 SCFH at 200 PSI. The tank shall be designed for storage and delivery of 99.998% purity nitrogen, shall have adjustable regulated output pressure and shall include a monitoring system capable of automated supply management. Installation of Bulk Liquid Nitrogen Storage System 1 Job ____________________ Option: One Time Fill-Up of Installed Liquid Nitrogen Tank*, 1 each ___________________ *Note: This is a one time requirement with no guarantee of future requirements* The period of performance shall begin upon award of purchase order resulting from this RFQ, and shall not exceed 120 days, including option, if awarded. The work is to be performed at: Food and Drug Administration/Office of Regional Affairs/Pacific Regional Laboratory SouthWest (FDA/ORA/PRLSW) 19701 Fairchild Irvine, CA 92612 The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition with no addenda. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications electronically at http://www.sam.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following addenda: 352.202-1 Definitions (JAN 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010) This solicitation incorporates one or more FAR and HHSAR Clauses and Provisions by reference, with the same force and effect as if they were given in full text. The full text may be access electronically at this/these addresses(es): http://www.acquisition.gov and http://dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contractor shall comply with the additional following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: a. 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)(Pub. L. 108-77, 109-78). b. 52.204-10 Reporting Executive Compensation and First Tier Subcontracting Awards (FEB 2012) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (DEC 2010) (31 U.S.C. 6101 note). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012)(E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (EO 13513) 52.225.13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) 52.217-7 Option for Increased Quantity - Separately Priced Line Item (MAR 1989) "...written notice to the Contractor within 120 days after award of contract. Delivery of added items shall continue..." A site visit will be conducted on August 20, 2012 at 8:30 AM PST. All parties interested in attending the site visit shall notify Marcia Park (contact information below) no later than August 14, 2012 of the party's interest in attendance. Interested parties shall provide name and contact information for all parties interested in attendance. Failure to inspect the site shall in no way give rise to future claims. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Approach 2. Past Performance 3. Price Technical approach and past performance when combined, are equal when compared to price. The technical proposal shall consist of the contractor's approach for accomplishing the work and the past performance information shall include information regarding installation of similar systems over the last three years, including contact names and contact information. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Questions regarding this RFQ must be received no later than 1:00 PM CST August 23, 2012. All responsible sources may submit an offer which if timely received, shall be considered Offer shall reference RFQ 1108031. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before August 31, 2012 by 1:00 pm CDT in Jefferson, AR at the Food and Drug Administration, OC/OM/OAGS, Attn: Marcia Park, 3900 NCTR Road, HFT-322, Jefferson, AR 72079. For information regarding this RFQ, please contact Marcia Park by email at Marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1108031/listing.html)
 
Place of Performance
Address: FDA/ORA/PRLSW, 19701 Fairchild, Irvine, California, 92612, United States
Zip Code: 92612
 
Record
SN02831187-W 20120810/120809000120-7869d6c97ef3a4990b0ffffe3442c25b (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.