SOLICITATION NOTICE
68 -- COMPRESSED GASES
- Notice Date
- 9/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-RML-RFQ-7020
- Response Due
- 9/25/2007
- Archive Date
- 10/10/2007
- Description
- This notice is a combined synopsis/solicitation, for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit offers on RML-RFQ-#7020. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 dated 08-17-2007. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), Acquisition of Commercial Items and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 325120 and the small business size is 1000. SCHEDULE: The Rocky Mountain Laboratories, (RML) is in need of a contractor to provide and deliver a variety of Compressed Gases. The Contractor shall furnish all necessary transportation, and personnel to include delivery of compressed gases, and cylinders (with the exception of government owned cylinders) required to provide the services in the following types, sizes, and ESTIMATED quantities: (1) Type Liquid Nitrogen, Industrial Grade: Shall be furnished in Contractor rented and/or Government-owned cylinders, Size LS160 tanks, Quantity 50 each; Size LS180 cylinders, Quantity 250 each; (2) Type Carbon Dioxide, Industrial Grade: Shall be furnished in contractor owned and/or Government owned cylinders, Size 50 lbs cylinders, Quantity 50 each; Size 100 lbs., Quantity 5 each; (3) Type Argon, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned and/or Government owned cylinders, Size T cylinders, Quantity 5 each; Size 40 cylinders, Quantity 5 each; (4) Type 6 Nines Giga-plus Argon (Praxair): Shall be furnished in contractor owned and/or Government owned cylinders, Size T cylinders, Quantity 5 each;(5) Type Nitrogen, Industrial Grade 99.95%: Shall be furnished in contractor owned and/or Government owned cylinders, Size T cylinders, Quantity 75 each; Size R cylinders, Quantity 3 each; Size 40 cylinders, Quantity 5 each; (6) Type Nitrogen, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned and/or Government owned cylinders, Size K cylinders, Quantity 6 each; (7) Type Nitrogen, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned and/or Government owned aluminum cylinders, Size 30 aluminum cylinders, Quantity 20 each; (8) Type Helium, UHP Certified Grade 99.999% Pure: Shall be furnished in contractor owned and/or Government owned cylinders, Size T, Quantity 3 each; (9) Type Specialty Gas, Chromatographic Helium: Shall be furnished in contractor owned and/or Government owned cylinders, Size T, Quantity 3 each; (10) Type Oxygen, USP Certified Grade 99.995%: Shall be furnished in contractor owned and/or Government owned medical type cylinders, Size KM cylinders, Quantity 6 each; (11) Type Oxygen, Industrial Grade: Shall be furnished in contractor owned and/or Government owned cylinders, Size K cylinders, Quantity 5 each, Size Q cylinders, Quantity 5 each, Size R cylinders, Quantity 10 each; (12) Type Acetylene, Industrial Grade: Shall be furnished in contractor owned and/or Government owned cylinders, Size MC cylinders, Quantity 15 each, Size WS cylinders, Quantity 6 each; (13) Type Specialty Gas, 5% CO2 - 21% O2 74% N2: Shall be furnished in contractor owned and/or Government owned cylinders, Size T Quantity 5 each; (14) Type Specialty Gas, 5% H2, 95% N2: Shall be furnished in contractor owned and/or Government owned cylinders, Size S, Quantity 3 each; (15) Type Specialty Gas, 49% CO2 51% O2: Shall be furnished in contractor owned and/or Government owned cylinders, Size T, Quantity 8 each; (16) Type Specialty Gas, 4% H2 5% CO2 91% N2: Shall be furnished in contractor owned cylinders, Size T, Quantity 35 each; (17) Type Specialty Gas, 95% O2 5% CO2: Shall be furnished in contractor owned cylinders, Size T, Quantity 3 each; (18) Type Specialty Gas, EPA Protocol multi-component mix with Certificate of Analysis, Carbon Monoxide 99 PPM Balance Nitrogen: Shall be furnished in contractor owned and/or Government owned cylinders, Size ALS Aluminum, Quantity 12 each; (19) Type Specialty Gas, EPA Protocol multi-component mix with Certificate of Analysis, 20% Oxygen, Balance - Nitrogen: Shall be furnished in contractor owned and/or Government owned cylinders, Size ALS Aluminum, Quantity 12 each; (20) Type Specialty Gas, 5% CO2 5% O2 90% N2: Shall be furnished in contractor owned and/or Government owned cylinders, Size S cylinders, Quantity 3 each (21) Type Specialty Gas, 5% CO2 Balance N2: Shall be furnished in contractor owned and/or Government owned cylinders, Size T cylinders, Quantity 12 each.(22) Type Carbon Monoxide, Technical Grade 99%: Shall be furnished in contractor owned and/or Government owned cylinders, Size K, Quantity 2 each; (23) Type Liquid Nitrogen, Industrial Grade, Bulk delivery: Shall be furnished, delivered, and dispensed into government owned storage tanks. Size (1) each, 1,500 gallon tank, Quantity 1,675,980 Cubic Feet (CF) (24) Type Carbon Dioxide, Industrial Grade, Bulk delivery: Shall be furnished, delivered, and dispensed into government owned storage tanks. Size (1) each 2,500 lb tank, and (1) each 8,000 lb tank, Quantity 25,000 lbs (25) Type Demurrage Charge, per cylinder. This shall be a set monthly fee for each cylinder that has been furnished by the contractor. Sizes All sizes of cylinders as mentioned above with the exception of LS160 and LS180 Liquid Nitrogen cylinders. Quantity 2500 each (26) Type Demurrage Charge, per cylinder. This shall be a set monthly fee for each cylinder that has been furnished by the contractor. Sizes LS160 and LS180 Liquid Nitrogen cylinders only. Quantity 125 each. Estimated quantities and gases are based on current requirements and may be updated to meet the needs of the government. The Contractor shall provide Compressed Gases during regular business hours. The Governments business hours are from 8:00 AM to 4:30 PM., Mondays through Fridays with the exception of Federal Holidays. The Contractor shall pick up all empty cylinders on Thursday of each week. The Contractor shall also return all refilled cylinders from the previous week on the same day. Both pick up and delivery services shall be provided between the hours of 8:00 AM and 11:30 AM and/or 12:30 PM and 3:30 PM throughout the duration of this contract with the exception of Federal Holidays. In the event of a Federal Holiday that occurs on a Thursday, the contractors shall pick up or make deliveries the following business day. After delivery, the contractor shall deliver the delivery ticket to the receiving official in building 22 for signature. The delivery ticket shall identify the gases that were delivered and the quantity that were picked up. Within one 1(one) week after award of contract, the contractor shall furnish to the RML Project Officer the names and telephone numbers of all responsible personnel to be notified when the services specified are required or problems arise. This list shall be kept current and all personnel shall be accessible during regular business hours. The period of performance of this contract will consist of one(1) twelve month base period and four(4) twelve month option years and is estimated to begin 10/1/07 through 9/30/08, including the Government Option to extend as per FAR 52.217-9. This decision to extend will be made by the Government. If the Government exercises this option, a written notice will be sent to the Contractor sixty(60) days before the end of the existing contract period of performance. Offerors are reminded that they MUST submit pricing for the base and all 4(four) option years with this quote. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR 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; 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. FAR 52.237-2 Protection of Government Buildings Equipment and Vegetation. 52.217-9 Option to Extend the Term of the Contract. 52.204-9 Personal Identity Verification of Contractor Personnel. Award will be based on the capability of the item offered to meet the above stated salient characteristics, including delivery, price, past performance, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 9/25/07. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: UNITED STATES
- Zip Code: 59840
- Record
- SN01402071-W 20070913/070911220410 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |