Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

68 -- Liquid Nitrogen (LN2) Supply and Maintenance

Notice Date
4/22/2021 4:33:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX21Q0074
 
Response Due
4/28/2021 8:59:00 AM
 
Archive Date
05/13/2021
 
Point of Contact
Crystal L. Demby, Phone: 3013945332
 
E-Mail Address
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: 6830 2.� NAICS Code:� 325120 3.� Subject:� Liquid Nitrogen (LN2) Supply and Maintenance 4.� Solicitation Number: W911QX21Q0074 AMENDMENT 0001 5.� Set-Aside Code: 100% Small Business set-aside 6.� Response Date: TBD 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory ������������������������������ 2800 Powder Mill Road ������������������������������ Adelphi, MD ������������������������������ 20783-1197 USA 8.� �������������������� (i)� 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.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. �������������������� (ii)� The solicitation number is W911QX21Q0074. This acquisition is issued as an Request for Quote (RFQ). �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 effective 10 March 2021. �������������������� (iv)� This acquisition is set-aside for 100% total small business set-aside. The associated NAICS code is 325120. The small business size standard is 1,000 employees. �������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� CLIN 0001: One (1) Liquid Nitrogen (LN2) Product (Firm Fixed Price (FFP) CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS). QTY 102,000,000 cubic feet. CLIN 0002: Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.3.2 - C.3.7 of the PWS, QTY 12 Months CLIN 0003: Unscheduled Repairs (Over and Above Work Requirements)(Unpriced FFP CLIN) The clause at DFARS 252.217-7028, Over and Above Work, requires the contractor and the KO responsible for administering the contract to negotiate specific procedures for Government administration and contractor performance of over and above work requests. The KO may issue a blanket work request authorization describing the manner in which individual over and above work requests obtains administering and setting forth a dollar limitation for all over and above work under the contract. For this contract action, the anticipated total costs of unscheduled repairs will not exceed (NTE) $50,000.00 total ($10,000.00 annually). The Government will reimburse actual material costs associated with unscheduled repairs (over and above work requests) that are not included in Appendix A. In addition, labor costs associated with over and above work request will be reimbursed at the fixed hourly rate. The Contractor is required to obtain approval from the KO and COR prior to performing any unscheduled repair(s) (over and above work requirements) and provide an estimate for the costs associated with the unscheduled repairs (over and above work requirements) to each. The Contractor shall not commence any repairs unless authorized by the KO in writing.� CLIN 0004 (Option Year one (1)): LN2 Product (FFP CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.7. QTY 102,000,000 cubic feet. CLIN 0005 (Option Year one (1)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.7 of the PWS, QTY 12 Months CLIN 0006: (Option Year one (1):Unscheduled Repairs and Deliverables See CLIN 0003 description CLIN 0007 (Option Year two (2)): LN2 Product (FFP CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.7, QTY 102,000,000 cubic feet. CLIN 0008 (Option Year two (2)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.7 of the PWS, QTY 12 Months CLIN 0009 (Option Year two (2): Unscheduled Repairs and Deliverables See CLIN 0003 description CLIN 0010 (Option Year three (3)): LN2 Product (FFP) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.7, QTY 102,000,000 cubic feet. CLIN 0011 (Option Year three (3)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.7 of the PWS, QTY 12 Months CLIN 0012: (Option Year three (3)): Unscheduled Repairs and Deliverables See CLIN 0003 description CLIN 0013 (Option Year four (4)): LN2 Product (FFP CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.7. QTY 102,000,000 cubic feet CLIN 0014 (Option Year four (4): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.7 of the PWS, QTY 12 Months CLIN 0015: (Option Year four (4)): Unscheduled Repairs and Deliverables See CLIN 0003 description CLIN 0016: (FAR 52.217-7 (FFP CLIN) OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM): LN2 Product IAW the option for increased quantity clause at FAR 52.217-7, the Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.7. QTY 51,000 cubic feet. CLIN 0017: (FAR 52.217-8 (FFP CLIN) OPTION TO EXTEND SERVICES): Maintenance IAW the option to extend services clause at FAR 52.217-8, the Contractor shall perform maintenance services in accordance with paragraphs C.7 of the PWS, QTY 6 Months. CLIN 0018: DATA The Contractor shall furnish all data in accordance with the PWS and the DD1423s (CDRLs). �������������������� (vi) �Description of requirements: PEFORMANCE WORK STATEMENT (PWS) Reference PWS Nitrogen Attachment and corresponding Appendices A-C �������������������� (vii) Delivery is required TWO (2) DAYS after receipt of order (ARO). Delivery shall be made to Army Research Laboratory (ARL) located at the Adelphi Laboratory Center (ALC) in Adelphi, MD. Acceptance shall be performed at Army Research Laboratory (ARL) located at the Adelphi Laboratory Center (ALC) in Adelphi, MD. The FOB point is Army Research Laboratory (ARL) located at the Adelphi Laboratory Center (ALC) in Adelphi, MD. �������������������� (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE. �������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� Evaluation Criteria � Comparative Evaluation Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price, Technical Capabilities/Specification Price will be evaluated based on the total proposed price, including all options.� The Government will establish an �evaluated price� for each offer received.� �������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. �������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: 52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) �������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6: RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25:� PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9: UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2020-00008) 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-9: SMALL BUSINESS SUBCONTRACTING PLAN (MAR 2020) 52.219-14: LIMITATION ON SUBCONTRACTING (DEVIATION 2020-00008) 52.219-16: LIQUIDATED DAMAGES-SUBCONTRACTING PLAN (JAN 1999) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020) 52.219-33: NONMANUFACTURER RULE (MAR 2020) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020)(DEVIATION 2020-00019) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40:NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50: COMBATING TRAFFICKING IN PERSONS (OCT 2020) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014) 52.242-5: PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (JAN 2017) 52.222-51: EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT-REQUIREMENTS (MAY 2014) �������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004: DOD ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.205-7000: PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) 252.215-7008: ONLY ONE OFFER (JUL 2019) 252.219-7003: SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) (DEC 2019) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7974: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-00005) (FEB 2020) 252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002: REQUEST FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiv) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFARS: 52.203-3, GRATUITIES (APR 1984) 52.204-7, SYSTEM FOR AWARD MANAGEMENT 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.209-7: INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS FILL-IN CLAUSES 52.204-24 : REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.204-26: COVERED TELECOMMUNICATION EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.217-7� Option for Increased Quantity-Separately Priced Line Item (Mar 1989) 52.217-8 Option to Extend Services (Nov 1999) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) ADEPLHI LOCAL CLAUSES ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT EXERCISE OF OPTION DELIVERY AD DATA ITEMS GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC EXCEPTIONS IN PROPOSAL SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOVERNMENT CONTRACTOR RELATIONSHIPS KEY PERSONNEL AWARD OF CONTACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS DD1423 EVALUATION OF 52.217-8 OPTION �������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NOT APPLICABLE. �������������������� (xv)� The following notes apply to this announcement:� Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing).� ��������� ��������� (xvi) Site visit will be conducted on 20 April 2021 with two (2) people per vendor and a duration of one (1) to one and a half (1 �) hours beginning at 10:00am. Please provide Company name, representatives names and title by noon�19 April 2021. All attendees must have a Government issued ID to gain access to installation. All questions are due three (3) days after the visit. Offers are due on 28 April 2021 by 11:59AM Eastern Time by email at crystal.l.demby.civ@mail.mil �������������������� (xvii)� For information regarding this solicitation, please contact Crystal Demby, crystal.l.demby.civ@mail.mil, 301-394-5332
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/107fb38d805c459192cb0214af9a9f7e/view)
 
Place of Performance
Address: Adelphi, MD, USA
Country: USA
 
Record
SN05980902-F 20210424/210422230117 (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  © 1994-2020, Loren Data Corp.