SOLICITATION NOTICE
68 -- Industrial Compressed Gases
- Notice Date
- 6/29/2023 8:14:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-23-R-0017
- Response Due
- 7/27/2023 7:00:00 AM
- Archive Date
- 08/11/2023
- Point of Contact
- Terrijuana P. Veals
- E-Mail Address
-
terrijuana.p.veals.civ@army.mil
(terrijuana.p.veals.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SYNOPSIS/SOLICITATION W91ZLK-23-R-0017 This combined synopsis/solicitation is 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.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 (02 June 2023).� The solicitation number for this request for proposal (RFP) is W91ZLK-23-R-0017. This requirement is under the associated North American Industry Classification System (NAICS) Code 325120 Industrial Gas Manufacturing.� The Government contemplates award of a Purchase Order: on a firm-fixed price (FFP) basis in accordance with FAR 13, Simplified Acquisition Procedures. �The period of performance is a Nine (9) Month Base Period.� This procurement will be evaluated as a Lowest Price Technically Acceptable (LPTA) 100% Small Business Set-Aside, for the procurement of the following services. Industrial Compressed Gases Award will be made to the Offeror whose response to the Combined Synopsis/Solicitation represents the best value to the Government.� Proposals will be evaluated in accordance with (IAW) FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) Source Selection. All questions must be submitted via email to terrijuana.p.veals.civ@army.mil by Wednesday, July 11, 2023, at 10:00 AM Eastern Time. �SUBJECT LINE:� W91ZLK-23-R-0008 PROPOSAL FROM (INSERT COMPANY NAME).� All questions will be answered via an amendment to the solicitation on www.SAM.gov. Firm Fixed Price (FFP) proposals must be signed, dated, and received by Wednesday, July 27, 2022, at 10:00 AM Eastern Time.� All proposals must be submitted via email to terrijuana.p.veals.civ@army.mil.� SUBJECT LINE:� W91ZLK-23-R-0008 PROPOSAL FROM (INSERT COMPANY NAME). The Contractor, as an independent party and not an agent of the government, shall provide Industrial Compressed Gases for the Chemical Biological Center (CBC) Environmental Monitoring Laboratory (EML). SUBMISSION PROCEDURES: 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. NO PHONE CALLS WILL BE ACCEPTED. All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered.� Offerors may register with SAM by calling 1-866-606-8220 or online at www.sam.gov. Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions.� Therefore, proposals shall represent the best and final offer of the Contractor. Proposals shall be submitted in two (2) separate volumes (i.e., attachments via emails) labeled: Volume I:� Industrial Compressed Gases W91ZLK-23-R-0017 TECHNICAL Proposal Volume II:� Industrial Compressed Gases W91ZLK-23-R-0017 PRICE Proposal Note:� Offerors shall complete:� FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Dec 2022); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020) on www.sam.gov) Formatting. Single space Text: �Text shall be simple text without any personalized markings (i.e., watermarks, boarders, logos, etc.) Double Space Paragraphs 12-point minimum font size. Arial or New Times Roman fonts only.� Table/illustrations 8-point min and landscape is acceptable. Margins:� All Margins 1 inch. Gutter:� 0 inches Header and Footer 1.5 inches Page Size:� Width 8.5 inches and Height 11 inches (11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11 X 17-page counts as two pages) Page Limitations:� Volume I Technical � 5 pages limit and Volume II Price � 5 pages. NOTE:� Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government.� The Contractor shall not submit the requirement package, provided by the Government (i.e., attachments), as a part of the proposal. Restrictions:� All information shall be confined to the appropriate volume.� The Offeror shall confine submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal.� Proprietary information shall be clearly marked. The following shall be included in the volumes: Volume I:� Detail Technical Proposal shall be evaluated based on the following factors: a.���� Factor 1 - Technical Approach:� The offeror�s proposal shall adequately describe and present a clear understanding of the requirements specified in the Statement of Work (SOW).� To be rated as acceptable, offerors must provide documentation that demonstrates the offeror�s approach for meeting all the requirements specified in the SOW. b.���� Factor 2 - Experience:� Contractor shall demonstrate the ability to provide Industrial Compressed Gases as specified in the SOW.� To be rated as acceptable, the offeror must provide documentation to demonstrate recent experience providing Consolidated Gases and Dry Ice Supplies according to the SOW.� Recent experience includes Industrial Compressed Gases performed a minimum of two (2) (i.e., previous government contracts). BASIS FOR AWARD: The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced.� To receive consideration for an award, an �Acceptable� rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience.� Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques.� Price will be the determining factor for proposals rated as acceptable for the non-cost factors. �Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price. Volume II: �Detailed Price Proposal to include the following elements: Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include:� Name, title, email address, and telephone number including extension. INCLUDE ALL Information Below: (See Attachment 3 � Price List) Base Year: Example:� Provide pricing on the attachment. 9-MONTH SUPPLY:� DC/MD Projected Estimate QTY Firm-Fixed Price Unit Price Projected Est Total Rental Price Rental Total Delivery (reg/bulk) Price Hazmat (reg/bulk) Price Delivery Time Item# GAS CYL TYPE 0001 1,2-Ethanedithiol (200 ppm) in N2 140 cf Aluminum 9 0002 Air, UZ 300 cf Steel 9 0003 Air, UZ 140 cf Aluminum 3 0004 Cyanogen Chloride (100 ppm) in N2 140 cf Aluminum 1 0005 Helium, UHP 300 cf Steel 9 0006 Nitrogen, UHP 300 cf Steel 9 0007 Nitrogen, UHP 140 cf Aluminum 3 0008 Phosgene (80 ppm) in N2 140 cf Aluminum 1 0009 Argon/Methane (P5), UHP 300 cf Steel 3 0010 Argon/Methane (P5), UHP 200 cf Steel 6 0011 Argon/Methane (P5), UHP 80 cf Steel 9 0012 Air, UZ 300 cf Steel 30 0013 Helium, UHP 300 cf Steel 48 0014 Hydrogen, UHP 300 cf Steel 18 0015 Nitrogen, Liquid 1 Liter (Bulk Tank) 22500 0016 Nitrogen, UHP 300 cf Steel 36 0017 1,2-Ethanedithiol (200 ppm) in N2 140 cf Aluminum 27 0018 Air, UZ 300 cf Steel 6 0019 Air, UZ 140 cf Aluminum 18 0020 Cyanogen Chloride (100 ppm) in N2 140 cf Aluminum 3 0021 Hydrogen, UHP 300 cf Steel 6 0022 Hydrogen, UHP 140 cf Aluminum 18 0023 Nitrogen, UHP 300 cf Steel 6 0024 Nitrogen, UHP 140 cf Aluminum 18 0025 Phosgene (80 ppm) in N2 200 cf Steel 1 0026 Phosgene (80 ppm) in N2 140 cf Aluminum 2 0027 Air, UZ 300 cf Steel 9 0028 Helium, UHP 300 cf Steel 9 0029 Nitrogen, UHP 300 cf Steel 9 0030 Acetylene, Industrial 350 cf Steel 3 0031 Argon, Industrial 300 cf Steel 3 0032 Argon/CO2 (75/25), Industrial 300 cf Steel 1 0033 Helium, Balloon 300 cf Steel 3 0034 Helium/Argon/CO2, Industrial 300 cf Steel 1 0036 Oxygen, Industrial 300 cf Steel 3 0037 Propane, Fuel 33 lb with gauge 6 9-MONTH SUPPLY:� CONUS 0038 1,2-Ethanedithiol (200 ppm) in N2 140 cf Aluminum 9 0039 Air, UZ 300 cf Steel 9 � 0040 Air, UZ 140 cf Aluminum 9 0041 Helium, UHP 300 cf Steel 18 0042 Hydrogen, UHP 300 cf Steel 9 0043 Hydrogen, UHP 140 cf Aluminum 9 0044 Nitrogen, UHP 300 cf Steel 18 0045 Nitrogen, UHP 140 cf Aluminum 9 0046 Propane, Fuel 33 lb with gauge 9 0047 1,2-Ethanedithiol (200 ppm) in N2 140 cf Aluminum 9 0048 Air, UZ 300 cf Steel 9 0049 Air, UZ 140 cf Aluminum 3 0050 Helium, UHP 300 cf Steel 18 � 0051 Hydrogen, UHP 300 cf Steel 9 0052 Hydrogen, UHP 140 cf Aluminum 3 0053 Nitrogen, UHP 300 cf Steel 9 0054 Nitrogen, UHP 140 cf Aluminum 3 0055 Propane, Fuel 33 lb with gauge 6 0056 Air, UZ 300 cf Steel 3 0057 Air, UZ 140 cf Aluminum 3 0058 Helium, UHP 300 cf Steel 9 0059 Hydrogen, UHP 300 cf Steel 8 0060 Hydrogen, UHP 140 cf Aluminum 3 0061 Nitrogen, UHP 300 cf Steel 6 0062 Nitrogen, UHP 140 cf Aluminum 3 0063 Propane, Fuel 33 lb with gauge 3 0064 Air, UZ 300 cf Steel 3 0065 Air, UZ 140 cf Aluminum 6 0066 Helium, UHP 300 cf Steel 3 0067 Hydrogen, UHP 300 cf Steel 3 0068 Hydrogen, UHP 140 cf Aluminum 6 0069 Nitrogen, UHP 300 cf Steel 3 0070 Nitrogen, UHP 140 cf Aluminum 6 0071 Propane, Fuel 33 lb with gauge 3 Totals LIST OF ATTACHMENTS: Attachment 1 - Provisions/Clauses Attachment 2 � Statement of Work Attachment 3 � Price List
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f69e5465ac23424097ec7b433353a2cc/view)
- Record
- SN06732950-F 20230701/230629230057 (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 |