SOURCES SOUGHT
W -- LEASE OF EXTERNAL BULK GAS TANKS
- Notice Date
- 3/25/2011
- Notice Type
- Sources Sought
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Science Applications International Corporation, Building 1050, Boyles Street, Frederick, Maryland, 21702
- ZIP Code
- 21702
- Solicitation Number
- 21000G
- Archive Date
- 4/19/2011
- Point of Contact
- Chuck Gartner, Fax: 301-846-5311
- E-Mail Address
-
gartnerch@mail.nih.gov
(gartnerch@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This Request For Information (RFI) is for INFORMATIONAL AND PLANNING PURPOSES ONLY and SHALL NOT BE construed as A SOLICITATION or as an OBLIGATION on the part of SAIC-Frederick, Inc. (SAIC-F). THIS IS STRICTLY MARKET RESEARCH. Any questions concerning this RFI must be directed through the SAIC-F point of contact, at the email address listed above. Lease of external tanks/Dewars as listed: 1) 8 ea CO2 1,000 liter vertical cryogenic dewars with 115v/1p/60hz digital electronic level guage with 115v ac adapter. Must include automatic change over manifold, vaporizers and final line regulator mainfold. CHART Perma-CYL 1000L HP or equal (equivalent must be approved by SAIC-Frederick). 2) 3 ea LN2 3,000 Gallon liter vertical cryogenic dewars with 115v/1p/60hz digital electronic level guage with 115v ac adapter. Must include Adjustable pressure phase seperator, vaporizers, vaporizer switching unit and final line regulator manifold. MVE VCS-3000 or equal (equivalent must be approved by SAIC-Frederick). 3) 2ea O2 900 gallon liter vertical cryogenic dewars with 115v/1p/60hz digital electronic level guage with 115v ac adapter. Must include Vaporizers, vaporizing switch unit and final line regulator manifold. (equivalent must be approved by SAIC-Frederick). Responder Instructions: Responders should provide multiple lease terms and cost. Responders should provide pricing for the purchase vs lease of tanks. Responders must submit a capability statement that responds to each of the Requirements listed and include estimated cost and implementation schedule. The response should also include the following Business Information in addition to the capability statements: 1) RFI Number 2) DUNS number 3) Company Name 4) Company Address 5) Company Point of Contacts, Phone, FAX, and Email Address. POC's should include individual(s) who is(are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is(are) authorized in managing any/all contractual issues and/or questions. 6) Type of Company (i.e. small business, large business, educational institution, etc.) The final date to submit questions for this RFI is April 4,2011. Place of Performance: SAIC-Frederick Bldg 1050 Boyles street Frederick, MD 21702 Frederick, United States Primary Point of Contact.: Chuck Gartner, Senior Buyer gartnerch@mail.nih.gov Fax: 301-846-5311
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NCIFCRF/21000G/listing.html)
- Place of Performance
- Address: SAIC-Frederick, Bldg 1050 Boyles street, Frederick MD 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN02410147-W 20110327/110325235159-cfc6a5624208bb0fd291d670f174fe3c (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 |