Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2005 FBO #1144
MODIFICATION

68 -- Bulk Argon Gas (MicroBulk)

Notice Date
1/11/2005
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Remedial & Program Support Contract Unit, 61 Forsyth Street, Sw, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-05-00008
 
Response Due
1/26/2005
 
Archive Date
2/26/2005
 
Description
NAICS Code: 325120 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12, Subpart 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. This acquisition is issued as a Request for Quote (RFQ). The combined synopsis/solicitation number is RFQ-GA-05-00008. This solicitation document and incorporated provisions/clauses are those in effect through the Federal Acquisition Circular (FAC) 97-27. The associated North American Industry Classification System (NAICS) Code is 325120, Industrial Gas Manufacturer and the Business Size Standard is 1000 employees. The Government contemplates an award of a firm-fixed price contract with One Option Year for the purchase of Bulk Argon Gas (Microbulk) 500 HCF Argon and tank rental. Liquid Argon is a required gas for the operation of a laboratory analytical instruments for the analysis of metals in environmental samples. The Contractor shall also provide the following: 1) The Contractor shall install, at no cost to the Government, a bulk-liquid argon tank of sufficient size to supply up to 50,000 cubic feet of argon per month. The tank shall be placed adjacent to the back parking lot at the EPA SESD lab in Athens, GA. 2) The Contractor shall perform routine maintenance on the storage tank at no cost to the Government. 3) The Argon Gas shall be of sufficient purity to be used on scientific equipment (ICP and ICP-MS). At a minimum, the argon gas shall be of at least 99.99% pure and contain no more than 5 ppm oxygen, 1 ppm hydrogen, 20 ppm nitrogen, and 4 ppm water. Krypton concentration shall be lower than an amount that will produce less than 1000 intensity counts per second at mass 83 on an ICP-MS. 4) The Government will supply stainless steel tubing to run from the tank to a service chase inside the building. The Contractor shall supply, at no cost to the Government, a distribution box in the service chase with connections for four (4) analytical instruments. 5) The Argon gas levels in the bulk tank shall be monitored by telemetry, and deliveries shall be scheduled to ensure that the Argon gas supply is not exhausted prior to delivery. 6) On rare occasions (such as a national emergency), the Laboratory may be required to operate on a 24-hour, continuous basis and require a larger than normal amount of liquid argon. In these instances, it is imperative that the Argon gas supply does not be depleted. The level of argon in the tank shall be maintained at all times to allow for 48-hour, continuous operation, and the Contractor shall ensure that the tank can be refilled within 24-hours of notification, under these circumstances. The Contractor's facility shall be close enough to the Lab that severe weather will not adversely impact delivery of the product. Please provide pricing for the base year and 1 option year. Shipping shall be FOB Destination and delivery shall be to U.S. EPA, Science and Technology Center, Analytical Support Branch, 980 College Station Road, Athens, GA 30605. The following clauses/provisions shall apply to this acquisition and can be found at: www.arnet.gov/far or http://farsite.hill.af.mil: FAR FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity; FAR 52.217-5 Evaluation of Options; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.232-8, Discounts for Prompt Payments; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Alternate II, Changes-Fixed Price; and FAR 52.247-34, F.O.B. Destination. This requirement shall be awarded to the lowest price, technically acceptable offeror. Responses to this RFQ must be signed, dated, and received via fax or mailed by no later than January 26, 2005, 4:30PM EST at United States EPA, Region 4, Atlanta Federal Center, Procurement Section, 61 Forsyth Street, Atlanta, GA 30303. Contractors who are not registered in the Central Contracting Registration (CCR)database prior to award of this requirement will not be considered. Contractors may register with CCR by calling 1-800-334-3414 or by registering online at: www.ccr.gov. For questions concerning this solicitation, contact Janice Spady, Contract Specialist via phone at (404) 562-8382, or email at spady.janice@epa.gov.
 
Record
SN00733218-W 20050113/050111212054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.