SOLICITATION NOTICE
68 -- Liquid CO2 and Liquid Nitrogen deliveries and keep full
- Notice Date
- 7/19/2023 8:30:59 AM
- Notice Type
- Presolicitation
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-23-2179917A
- Response Due
- 7/26/2023 2:00:00 PM
- Archive Date
- 08/10/2023
- Point of Contact
- Dana Monroe, Phone: 4063759814
- E-Mail Address
-
dana.monroe@nih.gov
(dana.monroe@nih.gov)
- Description
- SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-23-2179917A Posted Date: 07/19/2023 Response Date: 07/26/2023 Set Aside: None NAICS Code: 325120 Classification Code: 6830 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases Title: Liquid CO2 and Liquid Nitrogen Primary Point of Contact:� Dana Monroe; dana.monroe@nih.gov 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-23-2179917A 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) 2023-02 March 16, 2023. 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. QUOTE MUST INCLUDE PLACE OF MANUFACTURE. 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: 265,493LB Liquid CO2 (Beverage grade) 39,634CCF Liquid Nitrogen Constant Telemetry Monitoring Delivery Fuel Surcharges Place of Performance: 33 North Drive, Bethesda, MD 20892 Delivery Date/Period of Performance: 09/01/2023-08/31/2024 FOB: Destination * 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. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, 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 (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022) 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 FAR 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 (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 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) FAR 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 July 26, 2023 at 5:00pm ET Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2179917A). 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 Dana Monroe at dana.monroe@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2bfc1cf66824492e99e232c7ca205c76/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06755896-F 20230721/230719230050 (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 |