Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2016 FBO #5255
SOLICITATION NOTICE

68 -- Liquid Nitrogen Delivery into Vendor-Owned Storage System

Notice Date
4/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-16-R-0009
 
Archive Date
5/10/2016
 
Point of Contact
Robynn L. Hagan, Phone: 9169992797, Connie L. Newell, Phone: 9169992741
 
E-Mail Address
robynn.hagan@dmea.osd.mil, Connie.Newell@dmea.osd.mil
(robynn.hagan@dmea.osd.mil, Connie.Newell@dmea.osd.mil)
 
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. The NAICS Code is 325120 with a size standard of 1000 employees. Defense Microelectronic Activity (DMEA) anticipates awarding a Firm Fixed Price (FFP) contract. This notice of intent is not a request for competitive proposals. DMEA intends to issue a fixed-price, sole source contract to Linde LLC to provide continuous uninterrupted Liquid Nitrogen (LN2) for operational processes to the Linde LLC owned onsite storage tanks. This acquisition is being pursued on a sole source basis under the statutory authority of 10 USC 2304 (C) (1) as implemented by Federal Acquisition Regulation (FAR) 13.501(a)(1)(ii) and 13.501(a)(2)(ii). All responsible sources may submit a capability statement which will be considered by the agency. All submissions must be received prior to 25 April 2016. A determination by the Government not to compete this proposed contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Defense Priorities and Allocations System (DPAS) rating is DO-C9E. Request for Proposal (RFP) Objective: DMEA at McClellan, California operates microelectronics' processes that require semiconductor grade, high purity nitrogen (N2) gas at 105 psi, as well as LN2 for operational use. The objective of this combined synopsis/solicitation notice is for the purchase of a continuous uninterrupted supply of LN2 delivery; and on-going system support as needed to meet DMEA operational needs. Usage rates: Usage rate is approximately 75,000 gallons of LN2 per month with a peak N2 gas demand of approximately 132 gallons/hour (12,290 FTS/hour). DMEA's usage rate may vary based on operational demands. Liquid N2 Purity Required and Delivery: The delivered LN2 shall meet or exceed SEMI C59-1104, Specifications and Guidelines for LN2 Grade 4.8 (nominally 99.998% pure). The N2 gas produced shall meet or exceed SEMI C59-1104 Grade 4.8 (nominally 99.998% pure) at a regulated pressure of 105 psi delivered at the header. The contractor shall provide the DMEA Technical Point of Contact a quality compliance certification for each load of LN2 delivered. Additionally the contractor shall perform an annual delivered gas quality analysis (at the output of the system N2 gas header) and provide the analysis report to the DMEA Technical Point of Contact demonstrating that the gas meets the SEMI standard. Quality analysis shall be performed on the nitrogen system annually. Maintenance Support: The contractor shall maintain the complete nitrogen system up to and including the header to include all required maintenance, filters, calibration, inspections and replacement. Maintenance/replacement/calibration/inspections shall be conducted so as not to interrupt DMEA's LN2 delivery to the required facilities. The contractor shall consistently maintain the DMEA LN2 inventory without interruption to DMEA's operations. The contractor shall deliver bulk LN2 to DMEA, 4234 54th Street, McClellan, CA 95652 based on tank remote leveling sensors or, in rare cases, within 4 hours after notification from DMEA. All scheduling, trucking, filling, monitoring and quality assurance is the responsibility of the contractor. Emergency Response: The contractor shall provide 24 hour/7 day per week emergency response on issues regarding the installed nitrogen equipment as well as LN2 inventory. In emergency situations, the contractor shall have trained personnel on site within 2 hours after notification from DMEA. Security Requirements: Contractor personnel shall be US Citizens as they will need to enter the DMEA secured area. Contractor personnel shall check in with the DMEA 24-hour security booth upon arrival to DMEA. Decommissioning: The contractor shall remove their equipment within 60 days upon written notice from the DMEA Contracting Officer. Capabilities statements are due to the DMEA contracting office no later than (NLT) 3:00pm (PST) on 25 April 2016 and should be electronically sent by email to Robynn Hagan at robynn.hagan@dmea.osd.mil. This solicitation and incorporated provisions and clauses are those in effect and current with FAR Federal Acquisition Circular (FAC) 2005-87 and DFARS DPN 2016-325. The following FAR and DFARS Clauses apply: 52.212-1, Instructions to Offerors-Commercial Items (APR 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2016). 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015). 52.209-7, Information Regarding Responsibility Matters (Apr 2010). DFARS Provisions 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011). 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015). 252.204-7011, Alternative Line Item Structure (Sep 2011). 252.204-0001, Line Item Specific: Single Funding (Sep 2009) 252.215-7008 Only One Offer (Jun 2012) 252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015). 252.225-7000, Buy American - Balance of Payments Program Certificate (NOV 2014). 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005). 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015). 252.247-7022, Representation of Extent of Transportation by Sea (AUG 1992). CLASS DEVIATIONS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (OCT 2015) (DEVIATION 2016-O0003). FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015). 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders (Mar 2016) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2012) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (March 2, 2015) 52.222-54, Employment Eligibility Verification (AUG 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Nov 2011) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.204-7, System for Award Management (Jul 2013) 52.203-3, Gratuities (Apr 1984) 52.217-7, Options for Increased Quantity - Separately Priced Line Item (Mar 1989) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFAR Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) 252.204-7015. Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.211-7003, Item Unique Identification and Valuation (DEC 2013) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001, Buy American and Balance of Payments Program-Basic 252.225-7012, Preference for Certain Domestic Commodities (FEB2013) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearerx252.247-7023, Transportation of Supplies by Sea (APR 2014) 52.219-9, Small Business Subcontracting Plan (Aug 2013) (DEVIATION 2013-O0014) 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (OCT 2015) (DEVIATION 2016-O0003) 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (Aug 2013) (DEVIATION 2013-O0014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-16-R-0009/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN04079471-W 20160413/160411234057-1ecfa1bd809f11f258939e482baa568e (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.