SOLICITATION NOTICE
68 -- Specialty Lab Gases IDIQ
- Notice Date
- 2/24/2023 4:43:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B23Q0064
- Response Due
- 3/13/2023 2:00:00 PM
- Archive Date
- 03/28/2023
- Point of Contact
- Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; quotes are being requested and a written solicitation will not be issued.� Solicitation number 12505B23Q0064 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 325120 (Industrial Gas Manufacturing), with a small business size standard of 1,000 employees. This acquisition is for the following item as identified in the Line Item Number(s): 0001)���� Air Breathing T 300 CF � Base Year 0002)���� Argon 99.999% UHP T 300CF � Base Year 0003)���� Argon Liquid LC180 350PSI � Base Year 0004)���� Argon Liquid LC240 350PSI � Base Year 0005)���� CO2 382ppm Balance N2 � Base Year 0006)���� Helium 99.999% UHP T 300CF � Base Year 0007)���� Hydrogen 99.999% UHP T 300CF � Base Year 0008)���� Nitrogen 99.999% UHP T 300CF � Base Year 0009)���� Nitrogen Liquid LC180 350PSI � Base Year 0010)���� Nitrogen Liquid LC240 350PSI � Base Year 0011)���� Oxygen 99.993% UHP T 300CF � Base Year 0012)���� Propane Alum 7.3 Gallons (Forklift) � Base Year 0013)���� Annual Demurrage Fee � Base Year 1001)���� Air Breathing T 300 CF � Option Year 1 1002)���� Argon 99.999% UHP T 300CF � Option Year 1 1003)���� Argon Liquid LC180 350PSI � Option Year 1 1004)���� Argon Liquid LC240 350PSI � Option Year 1 1005)���� CO2 382ppm Balance N2 � Option Year 1 1006)���� Helium 99.999% UHP T 300CF � Option Year 1 1007)���� Hydrogen 99.999% UHP T 300CF � Option Year 1 1008)���� Nitrogen 99.999% UHP T 300CF � Option Year 1 1009)���� Nitrogen Liquid LC180 350PSI � Option Year 1 1010)���� Nitrogen Liquid LC240 350PSI � Option Year 1 1011)���� Oxygen 99.993% UHP T 300CF � Option Year 1 1012)���� Propane Alum 7.3 Gallons (Forklift) � Option Year 1 1013)���� Annual Demurrage Fee � Option Year 1 2001)���� Air Breathing T 300 CF � Option Year 2 2002)���� Argon 99.999% UHP T 300CF � Option Year 2 2003)���� Argon Liquid LC180 350PSI � Option Year 2 2004)���� Argon Liquid LC240 350PSI � Option Year 2 2005)���� CO2 382ppm Balance N2 � Option Year 2 2006)���� Helium 99.999% UHP T 300CF � Option Year 2 2007)���� Hydrogen 99.999% UHP T 300CF � Option Year 2 2008)���� Nitrogen 99.999% UHP T 300CF � Option Year 2 2009)���� Nitrogen Liquid LC180 350PSI � Option Year 2 2010)���� Nitrogen Liquid LC240 350PSI � Option Year 2 2011)���� Oxygen 99.993% UHP T 300CF � Option Year 2 2012)���� Propane Alum 7.3 Gallons (Forklift) � Option Year 2 2013)���� Annual Demurrage Fee � Option Year 2 3001)���� Air Breathing T 300 CF � Option Year 3 3002)���� Argon 99.999% UHP T 300CF � Option Year 3 3003)���� Argon Liquid LC180 350PSI � Option Year 3 3004)���� Argon Liquid LC240 350PSI � Option Year 3 3005)���� CO2 382ppm Balance N2 � Option Year 3 3006)���� Helium 99.999% UHP T 300CF � Option Year 3 3007)���� Hydrogen 99.999% UHP T 300CF � Option Year 3 3008)���� Nitrogen 99.999% UHP T 300CF � Option Year 3 3009)���� Nitrogen Liquid LC180 350PSI � Option Year 3 3010)���� Nitrogen Liquid LC240 350PSI � Option Year 3 3011)���� Oxygen 99.993% UHP T 300CF � Option Year 3 3012)���� Propane Alum 7.3 Gallons (Forklift) � Option Year 3 3013)���� Annual Demurrage Fee � Option Year 3 4001)���� Air Breathing T 300 CF � Option Year 4 4002)���� Argon 99.999% UHP T 300CF � Option Year 4 4003)���� Argon Liquid LC180 350PSI � Option Year 4 4004)���� Argon Liquid LC240 350PSI � Option Year 4 4005)���� CO2 382ppm Balance N2 � Option Year 4 4006)���� Helium 99.999% UHP T 300CF � Option Year 4 4007)���� Hydrogen 99.999% UHP T 300CF � Option Year 4 4008)���� Nitrogen 99.999% UHP T 300CF � Option Year 4 4009)���� Nitrogen Liquid LC180 350PSI � Option Year 4 4010)���� Nitrogen Liquid LC240 350PSI � Option Year 4 4011)���� Oxygen 99.993% UHP T 300CF � Option Year 4 4012)���� Propane Alum 7.3 Gallons (Forklift) � Option Year 4 4013)���� Annual Demurrage Fee � Option Year 4 Specifications: �See attached Technical Specifications. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA ARS West Lafayette, Indiana 47907 and will be identified in the contract.� The Government anticipates award of an Indefinite Delivery Indefinite Quantity contract with Firm Fixed Price delivery orders. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1 and the attached supplement to FAR 52.212-1.� All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is Lowest Price Technically Acceptable (LPTA).� LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination.� See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.� To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� NO EXCEPTIONS.� All invoices shall be submitted electronically. Quotes must be received no later than 4:00PM Central Daylight Time on March 13, 2023.� Questions in regards to this combined synopsis/solicitation are due no later than 4:00PM Central Standard Time on March 3, 2023.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e3913eb8acd445b080063bc8857453a0/view)
- Place of Performance
- Address: West Lafayette, IN 47907, USA
- Zip Code: 47907
- Country: USA
- Zip Code: 47907
- Record
- SN06601454-F 20230226/230224230104 (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 |