SOLICITATION NOTICE
66 -- CO2 AND OXYGEN DELIVERY AND TANK RENTAL
- Notice Date
- 2/19/2025 4:53:52 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-25-2253517
- Response Due
- 2/26/2025 7:00:00 AM
- Archive Date
- 03/13/2025
- Point of Contact
- Rubyanne Matthewss, Jesse Weidow
- E-Mail Address
-
rubyanne.matthews@nih.gov, jesse.weidow@nih.com
(rubyanne.matthews@nih.gov, jesse.weidow@nih.com)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items�, as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; (a written solicitation will not be issued) and quotations (quotes) are being requested. The solicitation number is RFQ-NIAID-25-2253517 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-01 Effective November 12, 2024. 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. The requirement is being competed full and open competition, un-restricted and with a small business set-aside. The Government anticipates making a single award Firm Fixed Price (FFP) purchase order. STATEMENT OF NEED The Comparative Medicine Branch (CMB) of the National Institute of Allergy and Infectious Diseases (NIAID) requires the procurement of Oxygen and CO2 tank delivery, once a week (may include emergency delivery) to three locations on the NIH Campus in Bethesda, Maryland to support its critical role in managing and supporting all Animal Study Protocols. Anesthetic and inhalation gases, such as CO2 and oxygen, are vital components of many laboratory research programs, playing an essential role in animal care procedures, including anesthesia and euthanasia, while ensuring compliance with federal regulations governing the ethical use of animals in research. The CMB oversees six animal facilities spanning nearly 60,000 square feet across NIH campuses in Bethesda and Rockville, Maryland, with four unique delivery points: buildings 50, 33, 14DNR, and 14BS. A reliable and steady supply of these gases is necessary to maintain high standards of animal welfare, support the daily care of laboratory animals, and ensure seamless operation of research protocols. This statement of need is for the procurement of a one-year service agreement for the following Robert Oxygen: Period of Performance: 03/01/2025-02/28/2026 See the attached Bill of Materials for specifications and quantities. Places of delivery: Bethesda, MD 20892 -Meddlers Drive, Bldg 14BS -33 North Dr, Bldg 33 -50 South Dr, Bldg 50 -14 DNR FOB: Destination By submitting a quotation, the interested vendors are accepting that the government terms and conditions as outlined in this solicitation, shall prevail over the final award. All submitted quotations shall include: Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government will evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed will result in the Quoter�s response being considered non-responsive and will therefore be eliminated from further consideration and award. EVALUATION 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. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award. The award will be based on the following: the capability to meet the technical requirements and price. SPECIAL NOTICE TO QUOTERS Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. ELECTRONIC INVOICING The successful vendor may submit an invoice once a shipment is delivered. NIAID will only accept invoices for completed services and units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP. PROVISIONS AND CLAUSES By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) 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) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2024) *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 (MAR 2023) 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) By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment 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. Submission shall be received no later than February 26th, 2025 @ 10:00 AM EST. All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4dab5d17f4cd4b908603d1daac29c787/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07347146-F 20250221/250219230037 (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 |