Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

68 -- BULK LIQUID NITROGEN & MICRO-BULK LIQUID OXYGEN DELIVERY AND TELEMETRY SERVICE

Notice Date
3/4/2022 1:01:34 PM
 
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-2114905
 
Response Due
3/19/2022 6:00:00 AM
 
Archive Date
04/03/2022
 
Point of Contact
RITA DAVIS, Phone: 3017617461, Julienne Keiser, Phone: 4063639370
 
E-Mail Address
RITA.DAVIS@NIH.GOV, jkeiser@niaid.nih.gov
(RITA.DAVIS@NIH.GOV, jkeiser@niaid.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-NIH-NIAID-2114905 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)2022-02 January 14, 2022. The North American Industry Classification System (NAICS) code for this procurement is 325120, Testing Laboratories, with a small business size standard of 1000 employees. The requirement is being competed full and open competition, un-restricted and with a small business set-aside. Background and description of requirement: The Intramural Administrative Management Branch (IAMB) within the Division of Intramural Research (DIR) at NIAID purpose is to make scientific discoveries that promote the development of new vaccines, diagnostics, and therapeutics that improve human health. DIR Research goals are to expand knowledge of normal immune system components and functions, define mechanisms responsible for abnormal immune function (immunodeficiency, allergy, and autoimmunity), understand the biology of infectious agents (viruses, bacteria, fungi, and parasites) and the host response to infection, and develop strategies to prevent and treat immunologic, allergic, and infectious diseases. The labs in the buildings use freezers to store samples and other research items.� The freezers use Liquid Nitrogen and Liquid Oxygen to keep the inventory frozen.� The lab needs an electronic level monitoring system that will report the tank levels to forecast the next delivery date and send alerts when needed and gas delivered. This requirement for the BASE year is approximately for: Liquid Nitrogen, per 100 CU FT for DEL TO BULK SYSTEMS, LN2CCFBULK, Quantity of 31,000 CCF Liquid Oxygen, USP PER 100 CU FT FOR DEL TO MICRO-BULK SYSTEMS, LOXCCFUSP, Quantity of 4,000 CCF Constant Telemetry Monitoring Delivery (bi-weekly) NOTE:� Tanks are government owned; no rental fees involved Period of Performance: Base Year: ������07/01/2022 � 06/30/2023 Option Year 1: 07/01/2023 � 06/30/2024 Option Year 2: 07/01/2024 � 06/30/2025 Option Year 3: 07/01/2025 � 06/30/2026 Option Year 4: 07/01/2026 � 06/30/2027 *Please include your DUNS number on quote Place of Delivery: NIH, 9000 Rockville Pike, BLDG 29B, Bethesda, MD 20892, United States. 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 on the following; technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.204-7 System for Award Management (OCT 2018) (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) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2021) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm 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/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than March 19th, 2022 @ 9:00 AM EST Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-D-1981033). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) 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 Rita Davis @ rita.davis@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/05f9349530cb4d7da090ca471b8e121e/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06258029-F 20220306/220304230103 (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.