Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2021 SAM #7239
SOLICITATION NOTICE

54 -- TWO (2) LIQUID NITROGEN TANKS, 1500 GALLON

Notice Date
9/24/2021 4:22:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904021Q323
 
Response Due
9/27/2021 8:59:00 AM
 
Archive Date
09/28/2022
 
Point of Contact
ROBERT BANKS, Phone: 207-994-0518
 
E-Mail Address
ROBERT.G.BANKS1@NAVY.MIL
(ROBERT.G.BANKS1@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NITROGEN TANKS, 2 EACH, FSC 5430, NAICS 332420. A cryogenic storage tank of vertical configuration with: (1) Capacity to store 1500�gallons (U.S.) of liquid nitrogen. (2) A maximum operating pressure (inner vessel) of 250 PSIG. (3) An external tank mounted atmospheric vaporizer with a capacity to provide up to 10 SCFH of nitrogen gas and associated components. (4) A pressure building coil and regulator circuit and associated components. (5) An economizer regulator circuit and associated components. (6) A standard 1-�� fill connector with a 1� bottom fill valve and a 1� top fill valve. Fill line required to be elevated and secured to frame. (7) A check valve in the fill line. (8) A �� or 1� liquid withdrawal valve. (9) A �� or 1� vent blowdown valve. (10) A full trycock valve. (11) A liquid level gauge reading in inches of water with a corresponding chart indicating the liquid content of the tank in gallons (chart for liquid nitrogen at �320 degrees F / 250 psig max operating pressure). (12) A tank pressure gauge to indicate inner vessel pressure in PSIG. (13) At least one tank safety pressure relief valve to protect the inner vessel (two preferred) that is/are stamped with date code within 5 years of date for projected use. (14) A tank safety rupture disc to protect the inner vessel. (15) Thermal safety valves at all points where liquid nitrogen might be isolated between shut-off valves. (16) A vacuum isolation valve. (17) A vacuum thermocouple isolation valve and thermocouple electrical connector. (18) A vacuum of 100 microns or less at time of delivery. (19) A schematic diagram of the tank identifying all components. (20) A permanent ID tag attached to each component corresponding to the schematic diagram. (21) A permanent tag attached to each pressure relief device indicating the set pressure in PSIG, the date the device was tested or installed and the agency or company that performed the test. (22) The tank shall be a new unit in excellent operating condition capable of immediate operation upon delivery. Tank may be delivered in a dry or pre-chilled condition. (23) Orifices/openings capped for delivery following visual inspection indicating no grease, oil, or foreign particles present. (24) Owners manual OR provide schematic with valve designation. This is a combined synopsis/solicitation�for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 for this procurement is�N3904021Q323�and is a�Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the�Federal Acquisition Circular (FAC)�2021-06, and�Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2021-0201. The North American Industry Classification System�(NAICS) is�332420. The Federal Supply Code (FSC) is 5430 Portsmouth Naval Shipyard intends to negotiate, and award, a contract�on a LOWEST�PRICE, TECHNICALLY ACCEPTABLE. This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with�FAR part 12. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.��Send to: robert.g.banks1@navy.mil Delivery: Award will be made to the lowest price, technically acceptable.� Tanks will be delivered to Portsmouth Naval Shipyard Kittery, Maine 03904.� 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7, System for Award Management (Oct 2016) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management (SAM) Maintenance (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky lab (Jul 2018) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.211-14,Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2017) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate--Alternate I 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.232-36, Payment by Third Party 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15, Stop-Work Order (Aug 1989) 52.243-1,�Changes-Fixed Price 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses.�All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7006, Billing Instructions� DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003,Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) - Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS�252.225-7000 Buy American--Balance of Payments Program Certificate (Jan 2018) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2017) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2017) DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005). DFARS 252.225-7036,Buy American-Free Trade Agreements--Balance of Payments Program--Alternate V DFARS 252.231-7000, Supplemental Cost Principles (Dec 1991). DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (DEC�2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (FEB 2019) This announcement will close at 11:59�AM ET on MONDAY�9/27/2021. Contact Robert G A Banks�at 207-994-0518�or email robert.g.banks1@navy.mil. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at�http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. C-223-H003 EXCLUSION OF MERCURY D-247-H002�PACKAGING OF SUPPLIES--BASIC E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/TERMINAL G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/784cf545f65d43fba970e9c71a6e8de6/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06143922-F 20210926/210925200939 (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.