Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

68 -- Hydrogen supplied to the National Weather Service in Glasgow, MT

Notice Date
4/7/2020 10:40:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MH20QNWWT0013
 
Response Due
4/13/2020 9:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Jen Brown, Phone: 8015245125239, Fax: 8015245246
 
E-Mail Address
jen.brown@noaa.gov
(jen.brown@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Hydrogen supply every 4 weeks to the National Weather Service Weather Forecast Office located in Glasgow, MT. The following information is provided in accordance with FAR 5.207(c): A National Stock Number is not assigned to this requirement. This requirement is for commercial hydrogen. There is not a qualification requirement for this product. There is no specific manufacturer or part number for this product. The hydrogen must be provided in individual cylinders (not manifolded-packs) of a size that safely permits at least 255 cubic feet but not more than 300 cubic feet of hydrogen per cylinder. The predominant material is hydrogen gas. The quantity to be delivered is a minimum of 51,100 cubic feet and maximum of 57,820 cubic feet per year, delivered in approximately monthly increments of between 3,920 cubic feet and 4,480 cubic feet, though the initial delivery is up to 5,460 cubic feet. This requirement is a base period of one year and four separately priced options of one year each of the same quantity. There is an additional option for no more than 50% of the initial requirement of the line item that the option is exercised against; this option is not a separately priced line item and the price is limited to no higher than the initial requirement of the line item that it is exercised against. The delivery schedule is approximately every four weeks (monthly). The actual schedule will be coordinated upon contract award. This requirement does not include any sustainable acquisition requirements. The following information is provided in accordance with FAR 12.603 (c)(2) (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number is 1333MH20QNWWT0013 and is issued as a request for quotation (RFQ).� A firm-fixed price purchase order is anticipated to result from this RFQ.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. (iv) This solicitation is being issued as a total small business set-aside.� The associated NAICS code is 325120.� The small business size standard is 1000 employees.� (v) The line item numbers, items, quantities, and units of measure, including options, are as follows: Line Item�0001 Item: Base period. Hydrogen, up to 57,820 total cubic feet, delivered incrementally, approximately every four�weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity:�1 Unit of Measure:�LO Line Item 1001 Item:�Option 1. Hydrogen, up to 57,820 total cubic feet, delivered incrementally, approximately every four�weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity:�1 Unit of Measure:�LO Line Item 2001 Item:�Option 2. Hydrogen, up to 57,820 total cubic feet, delivered incrementally, approximately every four�weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity:�1 Unit of Measure:�LO Line Item 3001 Item:�Option 3. Hydrogen, up to 57,820 total cubic feet, delivered incrementally, approximately every four�weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity:�1 Unit of Measure:�LO Line Item 4001 Item:�Option 4. Hydrogen, up to 57,820 total cubic feet, delivered incrementally, approximately every four�weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity:�1 Unit of Measure:�LO Line Item:�N/A Item: Option to increase quantity to not more than 50% of the initial requirement of the line item that this option is exercised against, to include delivery and hazmat fees, cylinder rent, and any additional fees. This is not a separately priced line item. Quantity:�1 Unit of Measure:�LO (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Need. (vii) Dates and places of delivery and acceptance and FOB point: Deliveries will occur approximately every four weeks during the period of performance, as scheduled with the requiring office upon contract award. The periods of performance, for the base period and each option, are as follows: Base Period: April 15, 2020 through April 14, 2021 Option 1: April 15, 2021 through April 14, 2022 Option 2: April 15, 2022 through April 14, 2023 Option 3: April 15, 2023 through April 14, 2024 Option 4: April 15, 2024 through April 14, 2025 Delivery and acceptance for all deliveries will be at the National Weather Service Weather Forecast Office located at 92 Airport Road, Glasgow, MT 59230. The FOB point is destination. (viii)� FAR 52.212-1, Instructions to Offerors -- Commercial Items (MAR 2020), applies to this acquisition and requires a capability statement and references to be provided with the quote in order to establish management capability and past performance, respectively. Quotes may be submitted on the provided pricing sheet, if preferred, but is not required. All quotes must include business contact information (business name, phone number and email address) and pricing for all separately-price line items in order to be considered responsive. Pricing for the option to increase quantity to not more than 50% of the initial requirement under FAR 52.217-6 is limited to no higher than the initial requirement of the line item that it is exercised against. The Government will accept an offer containing an option price higher than the initial prices only if the acceptance does not prejudice any other offeror. (ix) FAR 52.212-2, Evaluation�Commercial Items (OCT 2014), applies. The specific evaluation criteria to be used in paragraph (a) are, in order of importance: price, past performance, management capability (such as accurate and timely invoicing, and customer service), and compliance with solicitation requirements. Technical and past performance, when combined, are approximately equal to price alone. (x) FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (MAR 2020), must be completed and included with the quote. (xi) FAR 52.212-4, Contract Terms and Conditions�Commercial Items (OCT 2018)(DEVIATION 2017-02), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (MAR 2020)(DEVIATION 2019-03)(JUN 2019), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: ������ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Oct 2018). (Pub. L. 109-282) (31 U.S.C. 6101 note) ������ 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct�2015) (31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15�U.S.C.�644) ������ 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)) ������ 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15�U.S.C. 632(a)(2)) ������ 52.222-3, Convict Labor (June�2003) (E.O.�11755) ������ 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (E.O.�13126) ������ 52.222-21, Prohibition of Segregated Facilities (Apr�2015) ������ 52.222-26, Equal Opportunity (Sept�2016) (E.O.�11246) ������ 52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.�793) ������ 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) ������ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug�2011) (E.O. 13513) ������ 52.225-1, Buy American�Supplies (May�2014) (41�U.S.C.�chapter 83) ������ 52.225-13, Restrictions on Certain Foreign Purchases (June�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�System for Award Management (Oct 2018) (31�U.S.C.�3332) (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 10:00 A.M. Mountain Time on Tuesday, April 14, 2020.� All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov. Due to current mandatory telework requirements for Department of Commerce employees during the pandemic, a fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 801-524-5125 x239 in advance to make fax arrangements. (xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-524-5125 x239.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b79f6235fb644e6a001e42fe756a9d5/view)
 
Place of Performance
Address: Glasgow, MT 59230, USA
Zip Code: 59230
Country: USA
 
Record
SN05613439-F 20200409/200407230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.