Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2021 SAM #7184
SOLICITATION NOTICE

68 -- Bulk Gas delivery and monitoring; Liquid CO2 and Liquid Nitrogen

Notice Date
7/31/2021 9:19:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2083396
 
Response Due
8/9/2021 7:00:00 AM
 
Archive Date
08/24/2021
 
Point of Contact
Skye Duffner, Phone: 4068026092, Laura Grey, Phone: 4063759812
 
E-Mail Address
skye.duffner@nih.gov, laura.grey@nih.gov
(skye.duffner@nih.gov, laura.grey@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2083396 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06, Effective 07/12/2021.� The North American Industry Classification System (NAICS) code for this procurement is 325120, Industrial Gas Manufacturing, with a small business size standard size of 1,000 employees. This requirement is set-aside for small business. Background and description of requirement: The labs in building 33 use freezers to store samples and other research items. The freezers use Liquid CO2 and Liquid Nitrogen to keep the inventory frozen. The lab needs an electronic level monitor system that will report the tank levels to forecast the next delivery date and send alerts when needed and gas delivered. The C02 needs to be 99.9 % grade which eliminates most impurities like ammonia, benzene, oxygen and carbon monoxide. Additional information: The tanks are government property, not rented. There are two tanks of each type. The nitrogen tank is 3000 gallons, and the CO2 tank is 6 tons. Approx. 8 deliveries a month. This is for approximately 1 year of use. The requirement is for approximately: 250,000LB Liquid CO2 (Beverage grade) 38,000CC Liquid Nitrogen Constant Telemetry Monitoring Delivery Place of Performance: 33 North Drive, Bethesda, MD 20892 Delivery Date/Period of Performance: 09/01/2021-08/31/2022 *Include your DUNS number on quote *Include response to FAR 52.204-26 attachment and return with quote *Include response to FAR 52.204-24 if applicable * By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based the lowest price technically acceptable. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the Bill of Materials, and then price. The following FAR provisions apply to this acquisition: 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 52.212-1 Instructions to Offerors Commercial Items (Jul 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Feb 2021) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jul 2021) FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed, or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d10c5cfd279a4d62bd7bcdadddc2b1f7/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06080534-F 20210802/210801201616 (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.