SOLICITATION NOTICE
68 -- Industrial Gases
- Notice Date
- 9/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
- ZIP Code
- 50010
- Solicitation Number
- RFQ8904
- Response Due
- 9/15/2004
- Archive Date
- 10/5/2004
- Point of Contact
- Marlys Pomranke, Purchasing Agent, Phone 515-663-7415, Fax 515-663-7482,
- E-Mail Address
-
mpomrank@nadc.ars.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Departement of Agriculture, National Soil Tilth Lab and National Swine Research Information Center has a requirement to purchase Industrial Gases. This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ8904, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 325120. The U.S. Departement of Agriculture, National Soil Tilth Lab and National Swine Research Information Center has a requirement to purchase Industrial Gases. Please quote on the following: COMPRESSED GASES FOR NSRIC AND NSTL SPECIFICATIONS (Yearly estimated demand in bold): For Parts 1-4 include pricing and specifications. Part 1: Industrial/Medical Gases (a) Acetylene, (b) Breathing Air (Linweld #710 or equivalent); Part 2: Specialty Gases (a) Air. UHP/Zero grade (Linweld #LW700 or equivalent). THC < 0.5ppm; H20 < 3ppm; O2 19-23%; CYL A; 8.81 m3, 100 Cylinders; (b) Argon. HP grade (Linweld #LW 301 or equivalent). Min purity = 99.996% for ICP instrumentation, 60 Cylinders; (c) Carbon Dioxide. SFE grade (Linweld #AC613 or equivalent). Liquid phase analysis: Total ECD Responsive compounds , 1.0ppb; Individual ECD Responsive compounds < 0.05ppb: Total FED Responsive organic compounds < 1.0ppb and Individual FID Responsive organic compounds < 0.1ppb CYL A 14 m3 , 4 Cylinders; (d) Helium. UHP/Zero grade (Linweld #LW 800 or equivalent). Minimum Purity = 99.999%. THC < 0.5ppm; H2O < 3ppm; O2 < 2ppm. CYL A 8.16 m3 , 25 Cylinders; (e) Helium. Chromatographic grade (Linweld #LW 806 or equivalent) Purity = 99.9999%. Total maximum impurities < 1ppm. CYL A 8.3 m3 , 100 Cylinders; (f) Helium. High Purity grade (Linweld #LW 801 or equivalent). Min. Purity = 99.998%. CYL A 8.3 m3, 30 Cylinders; (g) Hydrogen. UHP/Zero grade (Linweld #LW 500 or equivalent). Min. Purity = 99.999%. CYL A 8.24 m3, 17 Cylinders; (h) Nitrogen. Liquid nitrogen dewar, high pressure (230psi), (Linweld #LW 494 or equivalent) 180L, 30 Dewars; (i) Nitrogen. Liquid nitrogen dewar, high pressure (230psi) (Linweld #LW 496h or equivalent) 230L, 12 Dewars; (j) Nitrogen. Liquid nitrogen dewar, low pressure (22psi), (Linweld #LW 496h or equivalent) 230L, 10 Dewars; (k) Nitrogen. High Purity grade (Linweld #LW 410 or equivalent). Min. purity = 99.995%. CYL A 8.64 m3 , 35 Cylinders; (l) Nitrogen. UHP/Zero grade (Linweld #LW 411 or equivalent). Min purity = 99.999%. O2 < 1ppm; THC < 0.5ppm and H2O < 2ppm.; CYL A 8.64 m3 , 45 Cylinders; (m) Oxygen. Research grade (Linweld #LW 107 or equivalent). Min. Purity = 99.997%. Ar < 10ppm; CO and CO2 < 2ppm; Dr < 10ppm; THC < 1ppm; H2O < 1ppm and N2 < 5ppm. CYL A 8.64 m3 , 15 Cylinders; (n) Oxygen. UHP/Zero grade (Linweld #LW 100 or equivalent). Min. Purity = 99.9%. THC < 0.5ppm and H2O < 2ppm. CYL A 8.64 m3, 15 Cylinders; Part 3: Mixed Gases and Custom Blends (a) Primary standards or Ammonia and Hydrogen Sulfide. Primary Standards must be of the highest accuracy and reliability available. Each mixture component must be prepared gravimetrically on electronic high precision balances. All weights must be NIST traceable. Concentration Range of 10-100ppm. Preparation tolerance of plus/minus 5%. Analytical accuracy plus/minus 2%; (b) Sulfur Gases to include carbonyl sulfide, dimethyl sulfide, methyl mercaptan, n-butyl mercaptan, carbon disulfide, ithyl mercaptan and isopropyl mercaptan. Concentration range of 1 to 100ppm. Lecturn or alloy cylinders; (c) Anaerobic mix gas 10% H2, 10% CO2 in anaerobic N2 balance (Linweld #LW 419 or equivalent). CYL B 5.95 m3 , 2 Cylinders; (d) Anaerobic mix gas 5% H2, 10% CO2 in anaerobic N2 balance (Linweld #LW 419P or equivalent). CYL B 5.95 m3 ,10 Cylinders; Part 4: Tank Rental, Rate per day must be included in specifications, Dewars owned may be exchanged for refill inlew of demurrage; Part 5: Delivery Time for Gases, except special mixtures and custom blends (include the location and inventory of the nearest vendor site) 75% of the gases listed must be deliverable within 3 working days for quantities of less than 5 cylinders. Quantities ranging from 6-20 cylinders must be deliverable within 10 working days from placement of orders. BIDS MUST INCLUDE ALL DELIVERY AND/OR HAZARDOUS MATERIAL CHARGES, DEMURRAGE, COST PER CYLINDER AND ANY OTHER COSTS. CYLINDER SIZES ARE APPROXIMATE AND MAY DIFFER BETWEEN SOURCES. PLEASE QUOTE ON BASE YEAR (10/01/2004 THROUGH 09/30/2005) AND OPTION YEARS (10/01/2005 THROUGH 09/30/2006) AND (10/01/2006 THROUGH 09/30/2007). ?THE GOVERNMENT RESERVES THE RIGHT TO AWARD ON AN ALL-OR-NONE BASIS; THAT IS THE GOVERNMENT MAY PURCHASE FROM THE OFFEROR WHO SUBMITS THE LOWEST AGGREGATE PRICE RATHER THAN ISSUE AN ORDER TO EACH SUPPLIER ON THE BASIS OF THE LOWEST QUOTATION ON EACH ITEM.? This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-7 Central Contractor Registration; 52-211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Item; 52-212-3 Offeror Representations and Certifications-Commercial Items; 52-212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.23-9, 52.225-1, 52.225-13 and 52.232-33; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract. All offerors must include copies of 52.212-3 (representations and certifications). Faxed quotations are acceptable to Marlys Pomranke at fax number 1-515-663-7482 on or before September 15, 2004 Central Standard Time. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s data. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar data was provided. The anticipate award date is September 27, 2004. All responsible sources may submit a quotation which shall be considered by the Agency.
- Place of Performance
- Address: National Soil Tilth Laboratory, 2150 Pammel Drive, Ames, Iowa
- Zip Code: 50011
- Country: USA
- Zip Code: 50011
- Record
- SN00662911-W 20040903/040901211646 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |