SOLICITATION NOTICE
68 -- Supply Carbon Dioxide
- Notice Date
- 12/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-11-RQ-0035
- Archive Date
- 2/28/2011
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1000 employees. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology (NIST) has a requirement for Carbon Dioxide to be delivered to the NIST/Center for Neutron Research located in Gaithersburg, MD on an as requested basis. The requirement includes a base period of one year from the date of award and three (3) one year option periods. Quoters must provide pricing for all line items in order to be considered for award. LINE ITEM 0001: Base Period. One Year from the date of award: Quantity 50,000 pounds of Carbon Dioxide, delivered to NIST, Gaithersburg. The Contractor shall fill a Government owned 52,000 pound storage tank with Carbon Dioxide on an AS REQUESTED basis for a period of one year from the date of award. The tank is located at the National Institute of Standards and Technology, Building 235, 100 Bureau Drive, Gaithersburg, MD. The product will be utilized in a gaseous state as a purge gas to minimize radioactive releases to the environment. Carbon Dioxide Specifications: Technical Grade; Liquid; Grade B; 99.5 percent purity; bulk. Deliveries of carbon dioxide that do not meet these specifications will be rejected by the Government and replaced by the Contractor at no additional cost to the Government. Estimated Usage: The total estimated usage for the base period of one year is 50,000 pounds. Usage totals are estimates only. NIST shall pay for the actual amount of the delivery LINE ITEM 0002: OPTION LINE ITEM: Option Year I. If exercised, Option Year I shall commence one year after the date of award. Quantity 300,000 pounds of Carbon Dioxide, delivered to NIST, Gaithersburg. The Contractor shall fill a Government owned 52,000 pound storage tank with Carbon Dioxide on an AS REQUESTED basis for a period of one year from the date of award. The tank is located at the National Institute of Standards and Technology, Building 235, 100 Bureau Drive, Gaithersburg, MD. The product will be utilized in a gaseous state as a purge gas to minimize radioactive releases to the environment. Carbon Dioxide Specifications: Technical Grade; Liquid; Grade B; 99.5 percent purity; bulk. Deliveries of carbon dioxide that do not meet these specifications will be rejected by the Government and replaced by the Contractor at no additional cost to the Government. Estimated Usage: The total estimated usage for Option Year I is 300,000 pounds. Usage totals are estimates only. NIST shall pay for the actual amount of the delivery LINE ITEM 0003: OPTION LINE ITEM: Option Year II. If exercised, Option Year II shall commence two years after the date of award. Quantity 300,000 pounds of Carbon Dioxide, delivered to NIST, Gaithersburg. The Contractor shall fill a Government owned 52,000 pound storage tank with Carbon Dioxide on an AS REQUESTED basis for a period of one year from the date of award. The tank is located at the National Institute of Standards and Technology, Building 235, 100 Bureau Drive, Gaithersburg, MD. The product will be utilized in a gaseous state as a purge gas to minimize radioactive releases to the environment. Carbon Dioxide Specifications: Technical Grade; Liquid; Grade B; 99.5 percent purity; bulk. Deliveries of carbon dioxide that do not meet these specifications will be rejected by the Government and replaced by the Contractor at no additional cost to the Government. Estimated Usage: The total estimated usage for Option Year II is 300,000 pounds. Usage totals are estimates only. NIST shall pay for the actual amount of the delivery LINE ITEM 0004: OPTION LINE ITEM: Option Year III. If exercised, Option Year III shall commence three years after the date of award. Quantity 300,000 pounds of Carbon Dioxide, delivered to NIST, Gaithersburg. The Contractor shall fill a Government owned 52,000 pound storage tank with Carbon Dioxide on an AS REQUESTED basis for a period of one year from the date of award. The tank is located at the National Institute of Standards and Technology, Building 235, 100 Bureau Drive, Gaithersburg, MD. The product will be utilized in a gaseous state as a purge gas to minimize radioactive releases to the environment. Carbon Dioxide Specifications: Technical Grade; Liquid; Grade B; 99.5 percent purity; bulk. Deliveries of carbon dioxide that do not meet these specifications will be rejected by the Government and replaced by the Contractor at no additional cost to the Government. Estimated Usage: The total estimated usage for Option Year III is 300,000 pounds. Usage totals are estimates only. NIST shall pay for the actual amount of the delivery DELIVERY REQUIREMENTS: The Contractor shall deliver not later than 72 hours after receipt of a telephone request from a NIST authorized caller. Deliveries shall not be made unless requested by a NIST authorized caller. Delivery terms shall be FOB Destination. FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION CRITERIA: Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation. Quoters shall include the sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets the specifications stated herein; and (2) Quotes the lowest price, base and option periods considered. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.217-5 Evaluation of Options Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 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 including subparagraphs listed below and 52.217-7 Option for Increased Quantity Separately Priced Line Item; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-6, Notice of Total Small Business Set-Aside with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; to be considered for award, quoters must provide carbon dioxide prices for the base period and all option periods. Carbon dioxide shall be quoted on a per pound basis. 2) Technical description and/or product literature which addresses all minimum specifications; 3) If not registered at http://orca.bpn.gov, one completed copy of 52.212-3 Offeror Representations and Certifications Commercial Items. 4) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on January 7, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni Laster) @ joni.laster@nist.gov. E-mailed quotes are acceptable and shall be addressed to: joni.laster@nist.gov. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0035/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Building 235, Gaithersburg, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN02345129-W 20101217/101215234549-1554bed903c9a9da96a902366d67d7a0 (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 |