Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
SOURCES SOUGHT

68 -- Supply and delivery of dry ice pellets

Notice Date
12/1/2015
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2016-051
 
Archive Date
12/30/2015
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 325120 Industrial Gas Manufacturing with associated small business size standard 1,000 employees. Background The National Institute of Aging (NIA), one of the 27 Institutes and Centers of the National Institutes of Health, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the NIA provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research. The IRP is located in federally-leased buildings on the Johns Hopkins Bayview Medical Campus in Baltimore, MD. NIA has a potential requirement for supply and delivery of dry ice pellets on-site to support the many ongoing IRP initiatives, program activities, clinical research programs, and other scientific studies that take place by NIA and IRP employees. Purpose and Objectives This Small Business Sources Sought notice seeks to determine eligible sources with the capability to provide the required supply and delivery requirement described in this announcement. This potential requirement is to purchase the supply and delivery of dry ice (in pellet form) to be delivered onsite at loading docks at two specific NIA facilities on the JHBM campus. The buildings are located at 251 Baview Blvd, Batlimore, MD and at 333 Cassell Drive, Baltimore, MD. The contractor will be expected to leave dry ice bins with dry ice and hand shovels at the facility drop off points. Project Requirements Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to deliver dry ice as descrbied in this announcement in a total estimated quantity of 215,800 pounds per year or approximately 4,000 total pounds per week. Generally, the contractor would be expected to deliver the dry ice to the subject locations 1 - 3 times per week. Contractor will also be expected to submit monthly reports indicating usage and unit and total cost of the dry ice delivered. Place of Performance: The contractor shall be required to obtain the dry ice and deliver it to the Johns Hopkins Bayview Medical Campus in Baltimore, MD during normal business hours, approximately 8:00 am to 4:30 pm. Period of Performance: The anticipated period of performance of this potential requirement is on or around February 15, 2016 for one base year containing the option to exercise four (4) additional subsequent one-year performance periods. Capability statements sought Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide information in sufficient detail of the respondents' (a) staff expertise, including their availability, experience, and ability to perform this work; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (15) pages. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be submitted electronically to the Contract Specialist, Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before December 15, 2015 at 4:00 pm, Eastern Time. Facsimile responses are NOT accepted. CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2016-051/listing.html)
 
Record
SN03957402-W 20151203/151201234322-ff8630df0fe8d1192e38acb6b22949dd (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.