Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOLICITATION NOTICE

54 -- Dugway MTF Bulk Nitrogen System - PWS

Notice Date
4/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-233-SOL-00312
 
Point of Contact
PATRICIA NATIVIDAD, Phone: 801/524-3413, PATRICIA NATIVIDAD, Phone: 801/524-3413
 
E-Mail Address
PATRICIA.NATIVIDAD@PSC.HHS.GOV, PATRICIA.NATIVIDAD@PSC.HHS.GOV
(PATRICIA.NATIVIDAD@PSC.HHS.GOV, PATRICIA.NATIVIDAD@PSC.HHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
LOCATION MTF PAD AREA PWS The following requirement is for Dugway Proving Ground in Dugway UT located 90 miles from Salt Lake City UT. The remote site is at a U.S Army Installation and requires specialized access to the base and to the facility. The requirement is for a firm-fixed-price contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 18-233-SOL-00312 and is issued as a request for quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This solicitation is 100% set-aside for Small Business, the associated NAICS code is 332420 and small business size standard is 750. The purpose of this Requirement is for Building 8027 MPC, ATC and CSC chambers along with the Safety Air Monitoring room used are used to support the Next Generation Chemical Detector (NGCD) test programs and all future testing. Currently the nitrogen used to support the current test programs and safety air monitoring are being provided using 110 and 230 gallon bottles and tanks. With the upcoming installation of the new NGCD test fixtures, the amount of Nitrogen Gas exceeds our portable bottle capability. It is projected that five to six NGCD test fixtures will be operating four days a week, eight hours per day and each test fixture requires five separate Nitrogen Gas lines at various flow rates (average 100 - 150 L of Nitrogen Gas) per minute. This installation of a bulk 3000 gallon Nitrogen system with evaporator and 1" stainless steel pipes will provide the necessary Nitrogen gas without gas fluctuation or reduced flow rates and provide a safe and more cost effective way to provide nitrogen to the chamber, test fixtures and Safety Air Monitoring room. SEE STATEMENT OF WORK, AND OTHER PERTINENT ATTACHEMENTS. Please include all travel, shipping (FOB), and pricing of installation and warranty for one year. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible Offeror whose quote contains the combination of those factors offering the best overall value to the Government utilizing the tradeoff process. This will be determined by comparing differences in technical merit and past performance with differences in cost to the Government. The Government reserves the right to make an award to other than the lowest priced Offeror or to the Offeror with a higher technical score if the Contracting Officer determines that to do so would result in the best value to the Government. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or acknowledge its listing in System for Award Management (SAM). In order to receive an award, a contractor must be registered in System for Award Management (SAM). FAR 52.212-4, Contract Terms and Conditions-Commercial Items and addendum, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. Questions must be submitted on April 16, 2018 by 11:00 AM MST, via email to the Contract Specialist at, Patricia.Natividad@psc.hhs.gov Quotes are due April 30, 2017 by 11:00 AM, MST, via email to the Contract Specialist at, Patricia.Natividad@psc.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-233-SOL-00312/listing.html)
 
Place of Performance
Address: Dugway Proving Ground, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04884629-W 20180412/180410230957-dd60c232c585bdbfd5855b3dcaedaba1 (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.