Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2021 SAM #7052
SOLICITATION NOTICE

68 -- Bulk Tank Lab Gases for NCATS

Notice Date
3/19/2021 11:01:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00093
 
Response Due
3/22/2021 12:00:00 PM
 
Archive Date
04/06/2021
 
Point of Contact
Mark McNally, Phone: 301-827-5869
 
E-Mail Address
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�(i)������� 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; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95021Q00093 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of an indefinite delivery, indefinite quantity contract and a firm fixed-price delivery order for this acquisition, and the anticipated award date is March 31, 2021. The Government anticipates a single-awardee, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a 5-year ordering period. A single delivery order is anticipated annually to provide the required minimal annual quantities. Additional delivery orders will be awarded if necessary to meet needs. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-03 dated February 16, 2021. (iv)������ This acquisition is a total small business set-aside. The associated NAICS code is 325120 and the small business size standard is 1,000 employees. (v)������� This acquisition is for the following list of contract line item numbers (CLINs) and items, quantities, and units of measure (including option(s), if applicable): � Contract Line Item (CLIN)� � � � � ��Description� � � � � � � � � � � � � � �Unit� � � � � � � � � ��Annual Quantity 1� � � � � � � � � � Liquid Nitrogen (Year 1)� � � � � 100 cubic feet (CCF)� � � � � 72,000 2� � � � � � � � � � Carbon Dioxide (Year 1)� � � � � Pound (LB)� � � � � � � � � � � � 50,000 3� � � � � � � � � � Hazmat and delivery fee (Year 1)� � EA� � � � � � � � � � � � � � � � � � 64 4� � � � � � � � � � Telemetry (Year 1)� � � � � � � � � � � � � � EA� � � � � � � � � � � � � � � � � �12 5� � � � � � � � � � Liquid Nitrogen (Year 2)� � � � � �100 cubic feet (CCF)� � � � �72,000 6� � � � � � � � � � Carbon Dioxide (Year 2)� � � � � �Pound (LB)� � � � � � � � � � � �50,000 7� � � � � � � � � � Hazmat and delivery fee (Year 2)� � �EA� � � � � � � � � � � � � � � � � � 64 8� � � � � � � � � � Telemetry (Year 2)� � � � � � � � � � � � � � �EA� � � � � � � � � � � � � � � � � �12 9� � � � � � � � � � Liquid Nitrogen (Year 3)� � � � � �100 cubic feet (CCF)� � � � �72,000 10� � � � � � � � � Carbon Dioxide (Year 3)� � � � � �Pound (LB)� � � � � � � � � � � �50,000 11� � � � � � � � � �Hazmat and delivery fee (Year 3)� � �EA� � � � � � � � � � � � � � � � � �64 12� � � � � � � � � �Telemetry (Year 3)� � � � � � � � � � � � � � EA� � � � � � � � � � � � � � � � � �12 13� � � � � � � � � �Liquid Nitrogen (Year 4)� � � � � � 100 cubic feet (CCF)� � � �72,000 14� � � � � � � � � �Carbon Dioxide (Year 4)� � � � � � Pound (LB)� � � � � � � � � � � 50,000 15� � � � � � � � � �Hazmat and delivery fee (Year 4)� � �EA� � � � � � � � � � � � � � � � � �64 16� � � � � � � � � �Telemetry (Year 4)� � � � � � � � � � � � � � EA� � � � � � � � � � � � � � � � � � 12 17� � � � � � � � � �Liquid Nitrogen (Year 5)� � � � � � � 100 cubic feet (CCF)� � � 72,000 18� � � � � � � � � �Carbon Dioxide (Year 5)� � � � � � � �Pound (LB)� � � � � � � � � ��50,000 19� � � � � � � � � �Hazmat and delivery fee (Year 5)� � �EA� � � � � � � � � � � � � � � � � � �64 20� � � � � � � � � �Telemetry (Year 5)� � � � � � � � � � � � � � EA� � � � � � � � � � � � � � � � � � � 12 (vi)������ The purchase description is included as Attachment 1 to this Solicitation. (vii)����� The place of delivery and acceptance shall be: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 At least weekly delivery of liquid nitrogen per centum cubic feet (CCF) and carbon dioxide per pound (LB). Monthly telemetry for both bulk tanks liquid nitrogen and carbon dioxide. (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b)(3) and award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The evaluation will compare: Technical Capability to meet the Government requirement, Price, Terms and Conditions, and Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding. � Responses may exceed capability or performance characteristics of the solicitation�s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation�s requirements if it provides a benefit to the Government. � (x)������� Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers. � FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers; (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. ����������� The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.214-34, Submission of Offers in the English Language (Apr 1991) FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) FAR 52.225-2, Buy American Certificate (Jan 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.223-70, Safety and Health (December 18, 2015) The following apply to this acquisition and are incorporated in full text as attachments: NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021): NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25. Addendum to these invoicing instructions applies to this acquisition, and the additional instructions to offerors are as follows: The Contractor will invoice upon completion of deliveries. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. All Offerors must include a completed copy of Attachment 2, Price Quote Template, with their response. Lines may be added into the template if Offerors require line items for additional fees/costs. The response shall contain a quotation that includes the total price, as well as: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. The dealine for all questions is 06:00 PM, Eastern Time on March 19, 2021.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � All responses must be received by 03:00 PM, Eastern Time on March 23, 2021, and reference Solicitation Number 75N95021Q00093. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov. Solicitation Attachments (copies of all attachments available from the Contracting Officer upon request at mark.mcnally@nih.gov): � Purchase Description Price Quote Template FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2021) NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bcabbca04892421e95daf59db319f663/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05948471-F 20210321/210319230114 (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.