SOLICITATION NOTICE
68 -- Anesthetic & Inhalation Gases (Oxygen and CO2), 1 year supply & delivery - Package #1
- Notice Date
- 4/8/2015
- 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, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- RFQ-RML-D-15011
- Archive Date
- 5/6/2015
- Point of Contact
- Bevin L. Feutrier, Phone: 406-375-9826, Julienne Keiser, Phone: 406-363-9370
- E-Mail Address
-
bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov
(bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Exacutive Orders Commercial Items This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-D-15011 and the solicitation is issued as a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80 March 2, 2015. The North American Industry Classification System (NAICS) code for this procurement is 325120, Industrial Gas Manufacturing, with a small business size standard of 1,000 employees. This requirement is being competed full and open and the small business set-aside is dissolved. Description of the Requirement: The National Institute of Allergy and Infectious Diseases (NIAID) at the National Institutes of Health (NIH) requires a contractor to supply and delivery medical grade anesthetic and inhalation gases, Oxygen and Carbon Dioxide, for the Comparative Medicine Branch (CMB), Bethesda, MD. The purchase order will be for one year's worth of gases, not to exceed the total quantities listed, per line item, in the order. The period of performance will be one year from the date of the order (anticipated 05/01/2015), for the total quantities listed below. •1) USP Grade Medical Carbon Dioxide, size 50 lbs cylinder,CGA-320 QTY: 150 ea. •2) USP Grade Medical Carbon Dioxide, sz E cylinder, CGA-940 QTY: 450 ea. •3) Oxygen, USP Grade, size E cylinder, CGA-870 QTY: 550 ea. •4) Oxygen, USP Grade, size EA cylinder, CGA-870 QTY: 200 ea. •5) Delivery fee QTY: 156 ea. •6) Fuel Surcharge QTY: 156 ea. •7) Hazmat Charge QTY: 156 ea. •8) Rental Charge QTY: 144 ea. Place of Performance: The CMB has four unique delivery points associated with this order: •1) NIH, 50 South Dr., BLDG 50, Bethesda, MD 20892 •2) NIH, 33 North Dr., BLDG 33, Bethesda, MD 20892 •3) NIH, 4 Memorial Dr., BLDG 04, Bethesda, MD 20892 •4) NIH, 9000 Rockville Pike, BLDG 14BS Medlars Drive, Bethesda, MD 20892 The CMB requires a reliable and steady supply of the gases to be delivered weekly. The quantities of gas to be delivered will be decided weekly on a "replenish as needed" (pick up old tanks and replace the same number) basis. Additional tanks may be requested to supplement existing weekly deliveries. The government intends to award a firm fixed price purchase order as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery, price and the best value to the government. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, product/catalog numbers and associated fees (per line items 1-8 above). Please include information regarding which days of the week deliveries could be made and minimum lead times associated with order / emergency order requests. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) 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 ( www.sam.gov ). In addition the Dun & Bradstreet Number (DUNS) must be included in the response. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (March 2015) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.222-25 Affirmative Action Compliance (April 1984) FAR 52.204-16 Commercial and Government Entity Code Reporting (Nov 2014) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Dec 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2015) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submissions shall be received not later than 04/21/2015. Offers may be mailed, e-mailed or faxed to Bevin Feutrier ; (Fax - 406-363-9329), (E-Mail/ bevin.feutrier@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Bevin Feutrier @ bevin.feutrier@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-D-15011/listing.html)
- Place of Performance
- Address: National Institutes of Health, Comparative Medicine Branch, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03693054-W 20150410/150408234807-7375bcf6cba63a6fadd8da8e32017609 (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 |