Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2026 SAM #8831
SOLICITATION NOTICE

68 -- Liquid Helium Supply

Notice Date
1/28/2026 4:35:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94026Q00040
 
Response Due
2/11/2026 6:00:00 AM
 
Archive Date
02/12/2026
 
Point of Contact
ROBINSON, TINA, Phone: 13014437796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94026Q00040 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06. The North American Industry Classification (NAICS) Code is 325120 and the business size standard is 1200e. This solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Background To support the research goals of the labs within the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK), a reliable supply of clean liquid helium is needed in order to keep nuclear magnetic resonance (NMR) superconducting magnets cool, and thus operational for NMR research. Liquid helium is used to cool NMR superconducting magnets and also for low-temperature experiments in several laboratories within NIDDK at the main campus of the National Institutes of Health (NIH), in Bethesda, MD 20892. Liquid helium has several unique properties, including an extremely low boiling point and non-reactivity, so it cannot be replaced by other liquified gases. These labs purchase approximately 5,620 liters of liquid helium per year. Objective The objective of this requirement is to acquire and supply liquid helium to several laboratories within NIDDK, in 60-& 100-liter dewars. Scope of Work/Contractor Requirements The vendor shall deliver liquid helium to the laboratories, in 60- & 100-liter vendor-owned dewars. Delivery of liquid helium clean enough to not clog in NMR magnets or transfer lines, dewars that can be safely used around the magnets, and ensure that sufficient helium is delivered in a dewar for successful magnet fills and experiments (dewars are not delivered with insufficient amount or boil off too rapidly). In addition, some of the liquid helium is used for low- temperature NMR & MRI research. Task Areas: Task Area 1 � Delivery timelines Delivery of liquid helium should be available on at least one day per week, with a lead time for ordering of a maximum of one week (or 5 business days). Dewars in 60- & 100-liter sizes shall be available for order. A rough estimate of dewar orders per year is 31 x 100 liter, and 42 x 60 liter. Task Area 2 � Shipping/Delivery Instructions The deliveries shall be made to the following addresses based on the request at the time of the specific order. All of these addresses are buildings on the main campus of NIH in Bethesda, MD 20892. NIH 9000 Rockville Pike Bldg. 5 B2 level NIH 9000 Rockville Pike Bldg. 50 / Rm B204 NIH 9000 Rockville Pike Bldg. 8 Rm 427 (or 4th floor elevator) NIH 9000 Rockville Pike Bldg. 6 / Rm B1-27 NIH 9000 Rockville Pike Bldg. 6 / Rm B1-27 NIH 9000 Rockville Pike Bldg. 5 / 4th floor Task Area 3 � Purity & quantity The vendor shall be paid for the liquid helium actually ordered and delivered. The estimated yearly usage is 5,620 liters. Liquid helium purity shall be a minimum of 99.998%. Task Area 4 � Dewar requirements Dewar Requirements: 1. Dewars shall be of non-magnetic construction and have wheels. 2. All dewar valves shall open and close easily and seal completely. Over-pressure valves and relief valves shall be fitted and operate at the manufacturer-recommended nominal pressures. Dewars shall be delivered with an over-pressure valve in the open position, in order to avoid an unsafe buildup of large pressure. 3. Dewars shall include all seals & fittings. All seals in the dewar and fittings shall be in good condition and create a complete seal, i.e. no cracks in the seals. 60-and 100-liter dewars shall be supplied with � inch and 3/8-inch Goddard Compression fitting connectors, or equivalent. 4. Dewars shall be internally free of ice, �frozen air�, or other contamination. 5. Dewars shall have a maximum helium loss rate per day of the following: 60 L: less than 3 percent per day 100 L: less than 2 percent per day 6. Dewars shall be delivered with a minimum volume of the following: 60 L: no less than 53 L 100 L: no less than 90 L Purchase Order Type This purchase order will be a firm fixed price. Period of Performance The period of performance is 2/25/2026 to 2/24/2027. Payment Terms Payment will be monthly in arrears. The offeror/response must include a completed copy of the provision of FAR Clause 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services. Applicable Clauses: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 System for Award Management�Registration 52.204-13 System for Award Management � Maintenance 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.240-90 Security Prohibitions and Exclusions�Representations and Certifications 52.203-17 Contractor Employee Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Terms and Conditions�Commercial Products and Commercial Services 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Postaward Small Business Program Representation 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-3 Convict Labor 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-23 Sustainable Products and Services 52.225-1 Buy American�Supplies 52.225-3 Buy American�Free Trade Agreements�Israeli Trade Act 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.233-3 Protest after Award 52.240-90 Security Prohibitions and Exclusions�Representations and Certifications 52.244-6 Subcontracts for Commercial Products and Commercial Services 47.303-6 F.o.b. destination Quotations will be due on February 11, 2026, before 9:00 am eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference �Solicitation number 75N94026Q00040. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94026Q00040 in the subject line of email. �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offerors based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.� In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award. FAR Clause: An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Evaluation Criteria The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. Award will be made to the contractor providing the most advantageous quote to the Government. Technical factors and price considered. Technical factors outweigh cost. Technical Factors: Technical Acceptability: Proposal. The Government will evaluate the Offeror�s ability to provide the services that comply with the technical requirements listed under section Scope of Work/Contractor Requirements/Tasks to be deemed technically acceptable, the Offeror�s proposal must demonstrate the Offeror�s ability to successfully execute the requirements as listed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/10352f7d9f9d47859691fa12e694493e/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07699790-F 20260130/260128230047 (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!  © 1994-2026, Loren Data Corp.