SOLICITATION NOTICE
91 -- FIVE YEAR BLANKET PURCHASE AGREEMENT (BPA) FOR HELIUM PURCHASES FOR THE NATIONAL WEATHER SERVICE WFO AT KEY WEST, FL
- Notice Date
- 8/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NWWP9201-12-04491SRG
- Archive Date
- 8/21/2012
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FIVE YEAR BLANKET PURCHASE AGREEMENT (BPA) FOR HELIUM PURCHASES FOR THE NATIONAL WEATHER SERVICE WFO AT KEY WEST, FL (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number is NWWP9201-12-04491SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬60. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 325120. The business size standard is 1,000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial products: CLIN 0001 - FIVE YEAR BLANKET PURCHASE AGREEMENT (BPA) FOR HELIUM PURCHASES FOR THE NATIONAL WEATHER SERVICE WFO AT KEY WEST, FL. THE SIZE OF THE CYLINDER HOLDS 300 CUBIC FEET OF HELIUM GAS. HELIUM DELIVERY AND CYLINDER RENTAL COMPRESSED HELIUM DELIVERED WILL BE ON AN "AS NEEDED BASIS" INCLUDING DEMURRAGE CHARGES. THE BPA WILL BE FOR FIVE YEARS WITH A NOT-TO-EXCEED $3,000.00 PER DELIVERY AND A NOT-TO-EXCEED $150,000.00 FOR THE FIVE YEARS. (VI) Description of requirements is as follows: CLIN 0001 - THE SIZE OF THE CYLINDER HOLDS 300 CUBIC FEET. HELIUM DELIVERY AND CYLINDER RENTAL COMPRESSED HELIUM DELIVERED ON AN "AS NEEDED BASIS" INCLUDING DEMURRAGE CHARGES. a. PROVIDE DUN & BRADSTREET # ____________________ b. PLEASE QUOTE CURRENT RATES SEPARATELY FOR THE FIRST YEAR BY ITEMIZATION AND ALSO IN WHOLE AMOUNT FOR YEAR. c. IF THE HELIUM MARKET RATES ADJUST IN PRICE, THE AUTHORIZED BUYER MUST BE INFORMED OF THE CHANGE IN RATE VIA EMAIL OR THROUGH THE ORDERING PHONE CALL BEFORE THE ORDER IS FULFILLED. OFFICIAL BUREAU OF LAND MANAGEMENT HELIUM WEBSITE PROVIDED. (http://www.blm.gov/nm/st/en/prog/energy/helium/federal_helium_program.html) d. MUST BE AUTHORIZED RESELLER OF HELIUM AND PROVIDE WHO YOUR PROVIDER IS FROM THE BLM AUTHORIZED LIST. BACKGROUND THE NATIONAL WEATHER SERVICE, KEY WEST WEATHER FORECAST OFFICE (WFO) USES HELIUM TO INFLATE BALLOONS LAUNCHED TWICE PER DAY, EVERY DAY, SOMETIMES 4 PER DAY IN SUPPORT OF TROPICAL PREDICTION CENTER TASKING DURING TROPICAL SEASON. TYPICALLY, 8 BOTTLES WILL PROVIDE ENOUGH GAS TO ACCOMPLISH 28 UPPER AIR SOUNDINGS (OR TWO WEEKS OF SOUNDINGS). IT IS ESSENTIAL TO HAVE AN ADEQUATE SUPPLY OF HELIUM ON THE STATION FOR THE BALLOON LAUNCH PROGRAM. HELIUM IS NEEDED, ON AVERAGE, EVERY TWO WEEKS. DURING PARTICULAR WEATHER SITUATIONS SUCH AS DURING HURRICANE SEASON ADDITIONAL SUPPLIES OF HELIUM CYLINERS MAY BE NEEDED. IT IS ESSENTIAL TO HAVE AN ADEQUATE SUPPLY OF HELIUM ON STATION FOR THE BALLOON LAUNCH PROGRAM. THE NATIONAL WEATHER SERVICE IS A 24 HOUR, 365 DAY OPERATION, AND IS A PUBLIC SAFETY AGENCY. THE PRIMARY MISSION OF THE NATIONAL WEATHER SERVICE IS THE PROTECTION OF LIFE AND PROPERTY. INVOICING: THE CONTRACTOR WILL PROVIDE A PROPER INVOICE AT THE TIME OF DELIVERY OR SENT TO THE BELOW ADDRESS IN ARREARS. THE INVOICE WILL BE PAID IN ACCORDANCE WITH THE PROMPT PAYMENT ACT. IMPROPER INVOICES WILL BE RETURNED AND PAYMENT WILL NOT BE MADE UNTIL RECEIPT OF A PROPER INVOICE. NATIONAL WEATHER SERVICE KEYWEST WEATHER FORECAST OFFICE (WFO) 1315 WHITE STREET KEY WEST, FL 33040 (VII) Delivery shall be to National Weather Service, Weather forecast Office, 1315 White Street, Key West, FL 33040 from date of award of the BPA for 5 years. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, August 13, 2012. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Capability to meet the requirements of the Statement of Need meeting the needs of helium as requested 2) Price The Government intends to award a firm-fixed price purchase order on an all or none basis capability to provide the requirements to either a single vendor or multiple vendors to be rotated for orders. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://sam.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JULY 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.216-7, Allowable Cost and Payment (Jun 2011) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.246-16, Responsibilities For Supplies (Apr 1984) 52.208-8, Required Sources for Helium and Helium Usage Data. (Apr 2002) (a) Definitions. "Bureau of Land Management," as used in this clause, means the Department of the Interior, Bureau of Land Management, Amarillo Field Office, Helium Operations, located at 801 South Fillmore Street, Suite 500, Amarillo, TX 79101-3545. "Federal helium supplier" means a private helium vendor that has an in-kind crude helium sales contract with the Bureau of Land Management (BLM) and that is on the BLM Amarillo Field Office's Authorized List of Federal Helium Suppliers available via the Internet at http://www.nm.blm.gov/www/amfo/amfo_home.html. "Major helium requirement" means an estimated refined helium requirement greater than 200,000 standard cubic feet (scf) (measured at 14.7 pounds per square inch absolute pressure and 70 degrees Fahrenheit temperature) of gaseous helium or 7510 liters of liquid helium delivered to a helium use location per year. (b) Requirements- (1) Contractors must purchase major helium requirements from Federal helium suppliers, to the extent that supplies are available. (2) The Contractor shall provide to the Contracting Officer the following data within 10 days after the Contractor or subcontractor receives a delivery of helium from a Federal helium supplier- (i) The name of the supplier; (ii) The amount of helium purchased; (iii) The delivery date(s); and (iv) The location where the helium was used. (c) Subcontracts. The Contractor shall insert this clause, including this paragraph (c), in any subcontract or order that involves a major helium requirement. (End of clause) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. Mountain Standard Time on MST, August 17, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWP9201-12-04491SRG /listing.html)
- Place of Performance
- Address: NATIONAL WEATHER SERVICE, KEYWEST WEATHER FORECAST OFFICE (WFO), 1315 WHITE STREET, KEY WEST, Florida, 33040, United States
- Zip Code: 33040
- Zip Code: 33040
- Record
- SN02832835-W 20120811/120810000618-39d26e5b46b1a8acae22973d9fdeb648 (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 |